A1/Queen Margaret University Junction Construction Works

A Tender Notice
by EAST LOTHIAN COUNCIL

Source
Find a Tender
Type
Contract (Works)
Duration
1 year
Value
£0-£10M
Sector
CONSTRUCTION
Published
19 Feb 2021
Delivery
To 26 Mar 2022 (est.)
Deadline
31 Mar 2021 11:00

Concepts

Location

A1 road between Newcraighall to the north and Old Craighall junction to the south

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Total Quantity or Scope

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. 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.

Award Criteria

Key Personnel Qualifications & Workforce Skills Experience 7
Programme & Contract Management 7
Risk Assessments/Method Statements relating to Covid-19 4
Client & Stakeholder Engagement 4
General Risk Mitigation 4
Health & Safety 4
price 70

CPV Codes

  • 45233100 - Construction work for highways, roads
  • 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

Indicators

  • Variant bids are not accepted.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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. 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=644537. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: As part of the Councils wider duties towards its citizens, the Council wishes to engage with suppliers to delivery benefits to our young people, through work experience opportunities, training opportunities or links with schools as well as engaging in supply chain initiatives. The successful supplier will be required to engage with East Lothian Works for the delivery of the relevant community benefits. (SC Ref:644537) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=644537

Reference

Domains