Tender

DMNH 034 – Oswestry Innovation Park – Service Roads and Utilities

  • Shropshire Council

F02: Contract notice

Notice identifier: 2023/S 000-034593

Procurement identifier (OCID): ocds-h6vhtk-041c1a

Published 22 November 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Nigel Denton - Procurement Manager

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

Region code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP

Tenders or requests to participate must be submitted to the above-mentioned address

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

DMNH 034 – Oswestry Innovation Park – Service Roads and Utilities

Reference number

DMNH 034

two.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

Shropshire Council wishes to appoint a main contractor to construct up to and including surface course level for three roads, namely, Road 1 / Spine Road, Road 2 and Road 3 at land off Mile End Roundabout, Oswestry, Shropshire – The Oswestry Innovation Park. Road 1 (Main / Spine Road) is circa 280m in length, Road 2 is circa 165m in length and Road 3 is circa 245m in length.

The works shall include the construction of the proposed pedestrian and cyclist connectivity, including a shared use footway cycleway between Shrewsbury Road Oswestry, the Oswestry pedestrian bridge (currently under construction) and the OIP. The main contractor shall be required to undertake the installation of all associated street lighting / electrical works, for the above. Including all necessary coordination with the electricity supplier / Distribution Network Operator (DNO), who provides the supply. Details of further associated works may be found in section II.2.4.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

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
  • 45112500 - Earthmoving work
  • 45112700 - Landscaping work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45223000 - Structures construction work
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233130 - Construction work for highways
  • 71311220 - Highways engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71631480 - Road-inspection services

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Shropshire CC

two.2.4) Description of the procurement

Shropshire Council wishes to appoint a main contractor to construct up to and including surface course level for three roads, namely, Road 1 / Spine Road, Road 2 and Road 3 at land off Mile End Roundabout, Oswestry, Shropshire – The Oswestry Innovation Park. Road 1 (Main / Spine Road) is circa 280m in length, Road 2 is circa 165m in length and Road 3 is circa 245m in length.

The works shall include the construction of the proposed pedestrian and cyclist connectivity, including a shared use footway cycleway between Shrewsbury Road Oswestry, the Oswestry pedestrian bridge (currently under construction) and the OIP. The main contractor shall be required to undertake the installation of all associated street lighting / electrical works, for the above. Including all necessary coordination with the electricity supplier / Distribution Network Operator (DNO), who provides the supply. In addition, the main contractor shall be required to complete associated earthworks, drainage and service ducts, road pavements, kerbs, footways, cycleways and paved areas street lighting, traffic signs, road lighting columns and associated electrical works, landscape and ecology and utilities.

The hybrid planning application which includes the spine road (road 1) may be found here: https://pa.shropshire.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=QPX8UBTDLIF00

Shropshire Council intends to appoint a main contractor following a restricted procedure process in accordance with The Public Contract Regulations 2015. Shropshire Council intends to invite 5 (five) Candidates to tender who have passed all “pass / fail” questions, have not been excluded for failing to score 3 (three) marks or more for each scored question and have the highest weighted scores. All other Candidates will be excluded from the process. In the event fewer than 5 (five) Candidates submit a PQQ response then all Candidates who have submitted a response will be invited to submit a tender subject to each remaining Candidate: (1) passing all “pass / fail” questions; and (2) not being excluded from the selection process by Shropshire Council as a result of receiving a score of 0 marks, 1 mark or 2 marks in respect of 1 (one), or more of the scored questions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £6,500,000

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

Start date

25 March 2024

End date

30 June 2025

This contract is subject to renewal

No

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

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 set out in the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

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 Information Document and to be supplemented by the contract documents attached to the ITT.


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

22 December 2023

Local time

12:00pm

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

15 January 2024

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Shropshire Council reserves the right to discontinue this procurement at any stage, reject all or any of the bids for the competition and not to appoint any Tenderer. Shropshire Council shall not be liable for any costs incurred by those participating in this procurement process under any circumstances.

The award of this contract is subject to governance approvals within Shropshire Council and roads 2 and 3 receiving planning approval with this listed for planning determination on 2 February 2024

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/BUTV6ABJRP" target="_blank">https://www.delta-esourcing.com/respond/BUTV6ABJRP

GO Reference: GO-20231122-PRO-24559056

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice, The Strand

Shirehall

London

WC2A 2LL

Country

United Kingdom