Opportunity

M5 Junction 10 Improvements Scheme

  • Gloucestershire County Council

F02: Contract notice

Notice reference: 2021/S 000-029799

Published 1 December 2021, 1:29pm



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=9470e701-57cf-eb11-810c-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=9470e701-57cf-eb11-810c-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

DN550800

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 provision of improvement works to the M5 Junction 10. The planned commencement date is July 2022 and the planned completion date is November 2025.

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)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71311210 - Highways consultancy services

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.

Scope of the project

The successful Tenderer will be asked to enter into two (2) separate, but linked agreements for delivery of the whole Project:

1. an NEC4 Professional Services Contract main Option E for the carrying out of advisory and consultancy services (the Stage 1 PSC or PSC Contract ); and

2. an NEC4 Engineering and Construction Contract main Option C for detailed design and construction (the Stage 2 ECC or ECC Contract ).

At tender Tenderers are being asked to submit two (2) sums – a set of prices for the Stage 1 PSC, and a set of prices for the Stage 2 ECC.

Outline Programme

SQ return date: 21/01/2022

Identification of bidders invited to tender: 25/02/2022

Deadline for receipt of Tenders: 20/05/2022

Confirm contract award: 29/07/2022

Stage 2 start: December 2023

Contract Completion: November 2025

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 SQ must be conducted through this system through Project ID DN550800.

https://procontract.due-north.com/Procurer/Advert/View?advertId=9470e701-57cf-eb11-810c-005056b64545&fromAdvertEvent=True

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

29 July 2022

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As stated in the SQ.

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/Procurer/Advert/View?advertId=9470e701-57cf-eb11-810c-005056b64545&fromAdvertEvent=True


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: 2021/S 000-013778

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

Date

21 January 2022

Local time

12:00pm

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

4 March 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