Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

M5 Junction 10 Improvements Scheme

  • First published: 05 August 2022
  • Last modified: 05 August 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0348d9
Published by:
Gloucestershire County Council
Authority ID:
AA20459
Publication date:
05 August 2022
Deadline date:
16 September 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

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 tender must be conducted through this system through Project ID DN618078 which can be found through the following link:

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545

Planned Timetable

Publicat

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Gloucestershire County Council

Shire Hall

Gloucester

GL1 2TH

UK

Contact person: Mr Mike McGowan

Telephone: +44 1452328900

E-mail: mike.mcgowan@gloucestershire.gov.uk

NUTS: UKK13

Internet address(es)

Main address: https://www.gloucestershire.gov.uk

Address of the buyer profile: https://www.gloucestershire.gov.uk

I.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=609d96d8-1314-ed11-8117-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

M5 Junction 10 Improvements Scheme

Reference number: DN618078

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Council is advertising a contract for the design and provision of improvement works to the M5

Junction 10. The planned contract award date is February 2023 and the planned completion

date is April 2027.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45500000

45250000

45240000

45260000

45220000

45230000

45214000

45215000

45213000

45216000

45217000

45212000

II.2.3) Place of performance

NUTS code:

UKK13

II.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.

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 tender must be conducted through this system through Project ID DN618078 which can be found through the following link:

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545

Planned Timetable

Publication of Contract Notice: 04.08.22

Deadline for submission of SQ: 12pm 16.09.22

Issue of ITT to selected Suppliers: 18.10.22

Planned deadline for ITT return: 16.12.22

Planned Contract Award: 27.02.22

Planned Commencement of Stage 2: November 2024

Planned Completion of Stage 2: April 2027

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 27/02/2023

End: 01/04/2027

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the tender documents.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-016948

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

Date: 16/09/2022

Local time: 12:00

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

Date: 18/10/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Gloucestershire County Council

Gloucester

UK

VI.5) Date of dispatch of this notice

04/08/2022

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45250000 Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry Works for complete or part construction and civil engineering work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
45217000 Inflatable buildings construction work Building construction work
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mike.mcgowan@gloucestershire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.