A9 Dualling: Advance Works Framework Agreement

A Contract Award Notice
by TRANSPORT SCOTLAND

Source
OJEU
Type
Framework (Works)
Duration
4 year (est.)
Value
£10M
Sector
CONSTRUCTION
Published
30 Apr 2021
Delivery
To 30 Apr 2025 (est.)
Deadline
n/a

Concepts

Location

Glasgow

Geochart for 2 buyers and 9 suppliers
Transport Scotland
Story Contracting
I & H Brown
Mcgowan Environmental Engineering
RJ Mcleod Contractors
Wills Bros Civil Engineering
Roberston Construction Group
John Paul Construction
Morrison Construction
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

Description

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland identified a requirement to appoint suitably experienced contractors to perform various ancillary works in the vicinity of the A9 between Perth and Inverness, in advance of the A9 Dualling Schemes. It has been concluded that this requirement would be best met through a multi-supplier framework agreement over a 4 years period, whereby works of varying size, value and complexity could be individually called-off as required. To accommodate the various work types, the framework will be divided into lots: Lot 1 (works up to GBP 250 000 excluding piling); Lot 2 (works between GBP 250 000 and GBP 2 000 000 excluding piling); and Lot 3 (piling works up to GBP 350 000).

Lot Division

1 Lot 1

Lot 1 will include for individual work packages up to a value of GBP 250 000. Such work packages may include, but are not limited to, site clearance, tree felling, property demolition, access tracks, lay-bys, hard-standings, fencing, ducting, drainage, retaining walls, ground works, utility diversions, waterway diversions, footpath/cycleways, culverts, landscaping, signage and minor road or junction construction. Lot 1 excludes piling works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.

Award Criteria
The tenderers approach to execution of the works, how they would manage their sub-contractors, comprehension of risks associated with the Works and community benefits 20.0
The comparative cost of tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. 80.0
2 Lot 2

Lot 2 will include for individual work packages with a value greater than GBP 250 000, up to GBP 2 000 000. Work activities may include, but are not limited to, site clearance, tree felling, property demolition, access tracks, lay-bys, hard-standings, fencing, ducting, drainage, retaining walls, ground works, utility diversions, waterway diversions, footpath/cycleways, culverts, landscaping, bridge works, signage and minor road or junction construction. Lot 2 excludes piling works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.

Award Criteria
The tenderers approach to: execution of the works; how they would manage their sub-contractors; comprehension of risks associated with the Works and community benefits 20.0
The comparative cost of tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. 80.0
3 Lot 3

Lot 3 will include for individual work packages up to a value of GBP 350 000. Work activities will primarily be sheet piling works, but may be extended to other piling or ground works. Work packages may be called-off from the framework agreement over its 4-year period. It is intended that call-offs shall be on the basis of mini-competitions.

Award Criteria
The tenderers approach to: execution of the works; how they would manage their sub-contractors; comprehension of risks associated with the Works and community benefits 20.0
The comparative cost of tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. 80.0

Award Detail

1 Story Contracting (Uddingston)
  • Lot 1
  • Num offers: 7
  • Value: £3,000,000 [share]
  • Awarded to group of suppliers.
2 I & H Brown (Perth)
  • Lot 1
  • Num offers: 7
  • Value: £3,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
3 Mcgowan Environmental Engineering (Aviemore)
  • Lot 1
  • Num offers: 7
  • Value: £3,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
4 RJ Mcleod Contractors (Glasgow)
  • Lot 2
  • Num offers: 6
  • Value: £6,000,000 [share]
  • Awarded to group of suppliers.
5 Wills Bros Civil Engineering (Motherwell)
  • Lot 2
  • Num offers: 6
  • Value: £6,000,000 [share]
  • Awarded to group of suppliers.
6 Roberston Construction Group (Stirling)
  • Lot 2
  • Num offers: 6
  • Value: £6,000,000 [share]
  • Awarded to group of suppliers.
7 Story Contracting (Uddingston)
  • Lot 2
  • Num offers: 6
  • Value: £6,000,000 [share]
  • Awarded to group of suppliers.
8 John Paul Construction (None)
  • Lot 3
  • Num offers: 2
  • Value: £1,000,000 [share]
  • Awarded to group of suppliers.
9 Morrison Construction (Grangemouth)
  • Lot 3
  • Num offers: 2
  • Value: £1,000,000 [share]
  • Awarded to group of suppliers.

CPV Codes

  • 45233100 - Construction work for highways, roads
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45221220 - Culverts
  • 45232450 - Drainage construction works
  • 45233120 - Road construction works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233226 - Access road construction work
  • 45233290 - Installation of road signs
  • 77211300 - Tree-clearing services
  • 44212400 - Piling
  • 44212410 - Sheet piling
  • 45111230 - Ground-stabilisation work

Indicators

  • Award on basis of price and quality.

Other Information

(SC Ref:580301)

Reference

Domains