By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Finningley and Rossington Regeneration Route Scheme (Farrrs).

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Doncaster Council
Council House, College Road
Contact point(s): https://scms.alito.co.uk
DN1 3AD Doncaster
UNITED KINGDOM

Internet address(es):

General address of the contracting authority: http://www.doncaster.gov.uk

Electronic submission of tenders and requests to participate: http://https://scms.alito.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: SCMS
na
Floor 10, Council House, College Road
DN1 3AD Doncaster
UNITED KINGDOM
Internet address: https://scms.alito.co.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Finningley and Rossington Regeneration Route Scheme (Farrrs).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: South of Doncaster.

NUTS code UKE31

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)

The scheme will include the construction of approximately 4,4 km of new highway across low lying open farm land to the north of Rossington and will connect Junction 3 of the M18 motorway with the existing junction of the A638 Great North Road and B6463 Sheep Bridge Lane, known locally as Parrot’s Corner. The risk of flooding means that most of the scheme will need to be raised on an embankment above existing ground levels requiring approximately 700 000m3 of fill material.

Junction 3 currently operates as a 3 armed grade separated roundabout with a connection to the existing A6182 White Rose Way north of the M18 and the scheme will create a new fourth arm to the south of the M18. It may also be necessary to carry out works to widen the westbound on and off slip roads. From Junction 3 the scheme will be constructed to dual carriageway standard for a distance of approximately 1,5 km to a new 4 armed roundabout north west of Rossington. The remaining 2,8 km to Parrots Corner will be single carriageway.
The scheme will also include a new 1 km single carriageway link from the roundabout at Rossington over the River Torne and through the site of the former Rossington Colliery to West End Lane, at the former colliery entrance. The reclamation and redevelopment of that site is due to start in early 2012 and includes the recovery of coal from the colliery spoil tips. Although the scheme does not include those works they are part of the overall Gateway project and, subject to suitability, the by-product of coal recovery process could provide a potential source of fill material.
The whole of the dual carriageway section will be in close proximity to the southern boundary of the M18 and will include a new crossing over the Brancliffe to Kirk Sandall railway line (BKS). The single carriageway section will also follow the M18 until the motorway deviates away to the north east and at a point where the scheme will cross over the East Coast Main Line (ECML). The River Torne follows a parallel course to the south of the scheme along this section.
After crossing the ECML the single carriageway section of the scheme will pass through the shallow valley of the Torne south of Doncaster Golf Course, twice crossing over a drainage channel known as the Mother Drain and then crossing over the Torne before connecting to the A638 at grade at Parrot’s Corner. The existing signal controlled junction at Parrot’s Corner will be replaced.
The scheme will also include the construction of 2 subways to maintain public and private means of access for vehicles and pedestrians, a number of ditch and flood relief culverts and a drainage system that will include a number of attenuation ponds to control discharges into the local watercourses.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45200000, 45220000, 45221000, 45221100, 45221110, 45221111, 45221112, 45221113, 45221114, 45221115, 45221117, 45221118, 45221119, 45221120, 45221121, 45221122, 45221200, 45221210, 45221211, 45221213, 45221214, 45221220, 45221230, 45221240, 45230000, 45233000, 45233100, 45233110, 45233120, 45233121, 45233122, 45233123, 45233124, 45233125, 45233126, 45233127, 45233128, 45233129, 45233130, 45233131, 45233144, 45233161, 45233162, 45233200, 45233210, 45233220, 45233224, 45233225, 45233226, 45233227, 45233228

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 30 000 000,00 and 40 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantee as per contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per contract documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per contract documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: Quality.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Quality. Weighting 30

2. Cost. Weighting 70

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DMBC/11 23878
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2011/S 243-393799 of 17.12.2011

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: yes
Price: 0,00 GBP
Terms and method of payment: Not applicable.
IV.3.4)Time limit for receipt of tenders or requests to participate
6.10.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
Other: NA.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
WC2A 2LL Strand London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

Royal Courts of Justice
WC2A 2LL Strand London
UNITED KINGDOM
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained

Government Procurement Service
Rosebery Court, St Andrew's Business Park
NR7 0HS Norwich
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
5.10.2012