Award

CP2251-22 Dawlish HIF

DEVON COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

30 Jun 2023 at 08:56

Tender

27 Jan 2023 at 17:28

Summary of the contracting process

The Devon County Council is leading a procurement process for the "CP2251-22 Dawlish HIF" project in the Construction industry. The project involves the construction of a highway bridge, embankments, carriageways, drainage, landscaping, and fencing in Dawlish. The anticipated completion is planned between Chainages 310 and 800. The procurement method is an open procedure with a tender deadline of 21st March 2023. The contract period is scheduled from 6th June 2023 to 31st May 2024.

This tender by Devon County Council presents opportunities for businesses to participate in delivering key infrastructure works. Businesses in the construction sector, especially those experienced in highway construction, drainage systems, and landscaping, are well-suited to compete. The project is suitable for small and medium-sized enterprises (SMEs), and interested parties must bid for specific project lots, ensuring compliance with planning consents and funding criteria set by Devon County Council and Teignbridge District Council.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CP2251-22 Dawlish HIF

Notice Description

Devon County Council (DCC) are delivering a key piece of infrastructure on behalf of Teignbridge District Council (TDC) in the Shutterton area of Dawlish (Grid Ref - 296289, 78512). Homes England are an interested party. It is anticipated that the scheme will provide a section of new link road, through a green field site, which will eventually join up with 3rd party infrastructure and housing deliveries. DCC's scheme extends on from the first section of link road that has been built by Persimmon Homes. It is anticipated that the "Dawlish HiF (Housing Infrastructure Fund)" scheme that DCC are delivering includes, but not limited to, the construction of: * A 26m span highway bridge * Approximately 110m of highway embankments on the approaches to the bridge, including carriageway and foot/cycle paths * Approximately 360m of at grade carriageway * Surface water and foul water drainage features * Drainage basins, swale and associated items * Ecological mitigation enhancement features * Landscaping * Fencing DCC has an expectation to deliver the full scope of the works in connection with the delivery of the infrastructure between CH310 to CH800, on behalf of TDC. DCC and TDC will aim to deliver a reduced scope of works (CH310-440 only) only if the Tender offered by all Tenderer's for the full scope of the works is above the available funding budget available or below the minimum quality or TDC Full Council does not approve the additional funding to allow for its award. In addition, DCC shall not award all or some of the lots until the necessary Land and Highways Agreements have been secured. The maximum funding available for the works is PS4,900,000.00. The maximum funding available for the reduced scope of works, in the eventuality that additional funding is not approved by TDC, is PS3,700,000.00 The Procurement has been divided into Lots. Tenderers may bid for one or more of the following lots: Lot 1 Bridge and Spine Road (Entire scheme CH310-800) - Additional Funding This includes for the entire scheme works in accordance with the entirety of the Contract Documents. Therefore, the delivery of all features within the Contract Documents in connection to the delivery of infrastructure between Chainages 310 and 800. These works are consented under Planning Consents References 21/02872/FUL and 21/02674/MAJ. Lot 2 Bridge works alone (Reduced scheme CH310-440 only) - Additional Funding and Lot 3 Bridge works alone (Reduced scheme CH310-440 only) This includes for a reduced extent of scheme works. Lot 2 and 3 is for the delivery of all features within the Contract Documents in connection to the delivery of infrastructure between Chainages 310 and 440 only. These works are consented under Planning Consents Reference 21/02872/FUL. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.supplyingthesouthwest.org.uk. Additional information can be obtained from the abovementioned address. Tenders or requests to participate must be submitted electronically via: https://www.supplyingthesouthwest.org.uk. There is a limit on the number of lots awarded to one provider. DCC is expecting to appoint 1 Contractor for Lot 1. If TDC Full Council does not approve the funding for the preferred tenderer's Tender Price or tender returns be returned at a level that does not achieve a qualitative evaluation score of 50% or more of the total percentage available for quality or planning permission for the planning application reference '21/02674/MAJ' is refused by TDC, DCC is expecting to appoint 1 Contractor for Lot 2 instead, which is a reduced scope of works. If TDC do not approve the additional funding required to deliver Lot 1 or 2, DCC is expecting to appoint 1 Contractor for Lot 3 instead. DCC reserves the right to not award all or some of the lots. DCC will not award all or some of the lots if tender returns be returned at a level that: * Is above the maximum funding available for the full scope of the works, which is PS4,900,000.00 for Lots 1 and 2 and PS3,700,000.00 for Lot 3 * Does not achieve a qualitative evaluation score of 50% or more of the total percentage available for quality DCC will not award all or some of the lots if Homes England do not consent or one of the three lots are awarded or TDC Full Council does not approve the additional funding required for Lot 1 and 2. In addition, DCC shall not award all or some of the lots until the necessary Land and Highways Agreements have been secured, further information is included at clauses 2.5 and 2.6 and Annex A of the ITT. In the case of Lot 1, DCC may not award until planning permission has been granted by TDC for the planning application reference '21/02674/MAJ'. Works are anticipated to commence Spring/Summer 2023.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-dcbf0bd3-aab2-4fdd-a635-7dba3649ce51
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/46b03015-ff4b-4242-a654-a6728732b5b2
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£4,900,000 £1M-£10M
Lots Value
Not specified
Awards Value
£4,710,236 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jun 20232 years ago
Submission Deadline
21 Mar 2023Expired
Future Notice Date
Not specified
Award Date
29 Jun 20232 years ago
Contract Period
30 Jun 2023 - 24 Jun 2024 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEVON COUNTY COUNCIL
Contact Name
Chloe Staddon
Contact Email
chloe.staddon@devon.gov.uk
Contact Phone
+44 1392383000

Buyer Location

Locality
EXETER
Postcode
EX2 4QD
Post Town
Exeter
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK4 Devon
Small Region (ITL 3)
TLK43 Devon CC
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Exeter
Electoral Ward
Newtown and St Leonard's
Westminster Constituency
Exeter

Supplier Information

Number of Suppliers
1
Supplier Name

MONTEL CIVIL ENGINEERING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-dcbf0bd3-aab2-4fdd-a635-7dba3649ce51-2023-06-30T09:56:09+01:00",
    "date": "2023-06-30T09:56:09+01:00",
    "ocid": "ocds-b5fd17-dcbf0bd3-aab2-4fdd-a635-7dba3649ce51",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "DVNCC001-DN635120-73445662",
        "title": "CP2251-22 Dawlish HIF",
        "description": "Devon County Council (DCC) are delivering a key piece of infrastructure on behalf of Teignbridge District Council (TDC) in the Shutterton area of Dawlish (Grid Ref - 296289, 78512). Homes England are an interested party. It is anticipated that the scheme will provide a section of new link road, through a green field site, which will eventually join up with 3rd party infrastructure and housing deliveries. DCC's scheme extends on from the first section of link road that has been built by Persimmon Homes. It is anticipated that the \"Dawlish HiF (Housing Infrastructure Fund)\" scheme that DCC are delivering includes, but not limited to, the construction of: * A 26m span highway bridge * Approximately 110m of highway embankments on the approaches to the bridge, including carriageway and foot/cycle paths * Approximately 360m of at grade carriageway * Surface water and foul water drainage features * Drainage basins, swale and associated items * Ecological mitigation enhancement features * Landscaping * Fencing DCC has an expectation to deliver the full scope of the works in connection with the delivery of the infrastructure between CH310 to CH800, on behalf of TDC. DCC and TDC will aim to deliver a reduced scope of works (CH310-440 only) only if the Tender offered by all Tenderer's for the full scope of the works is above the available funding budget available or below the minimum quality or TDC Full Council does not approve the additional funding to allow for its award. In addition, DCC shall not award all or some of the lots until the necessary Land and Highways Agreements have been secured. The maximum funding available for the works is PS4,900,000.00. The maximum funding available for the reduced scope of works, in the eventuality that additional funding is not approved by TDC, is PS3,700,000.00 The Procurement has been divided into Lots. Tenderers may bid for one or more of the following lots: Lot 1 Bridge and Spine Road (Entire scheme CH310-800) - Additional Funding This includes for the entire scheme works in accordance with the entirety of the Contract Documents. Therefore, the delivery of all features within the Contract Documents in connection to the delivery of infrastructure between Chainages 310 and 800. These works are consented under Planning Consents References 21/02872/FUL and 21/02674/MAJ. Lot 2 Bridge works alone (Reduced scheme CH310-440 only) - Additional Funding and Lot 3 Bridge works alone (Reduced scheme CH310-440 only) This includes for a reduced extent of scheme works. Lot 2 and 3 is for the delivery of all features within the Contract Documents in connection to the delivery of infrastructure between Chainages 310 and 440 only. These works are consented under Planning Consents Reference 21/02872/FUL. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.supplyingthesouthwest.org.uk. Additional information can be obtained from the abovementioned address. Tenders or requests to participate must be submitted electronically via: https://www.supplyingthesouthwest.org.uk. There is a limit on the number of lots awarded to one provider. DCC is expecting to appoint 1 Contractor for Lot 1. If TDC Full Council does not approve the funding for the preferred tenderer's Tender Price or tender returns be returned at a level that does not achieve a qualitative evaluation score of 50% or more of the total percentage available for quality or planning permission for the planning application reference '21/02674/MAJ' is refused by TDC, DCC is expecting to appoint 1 Contractor for Lot 2 instead, which is a reduced scope of works. If TDC do not approve the additional funding required to deliver Lot 1 or 2, DCC is expecting to appoint 1 Contractor for Lot 3 instead. DCC reserves the right to not award all or some of the lots. DCC will not award all or some of the lots if tender returns be returned at a level that: * Is above the maximum funding available for the full scope of the works, which is PS4,900,000.00 for Lots 1 and 2 and PS3,700,000.00 for Lot 3 * Does not achieve a qualitative evaluation score of 50% or more of the total percentage available for quality DCC will not award all or some of the lots if Homes England do not consent or one of the three lots are awarded or TDC Full Council does not approve the additional funding required for Lot 1 and 2. In addition, DCC shall not award all or some of the lots until the necessary Land and Highways Agreements have been secured, further information is included at clauses 2.5 and 2.6 and Annex A of the ITT. In the case of Lot 1, DCC may not award until planning permission has been granted by TDC for the planning application reference '21/02674/MAJ'. Works are anticipated to commence Spring/Summer 2023.",
        "datePublished": "2023-01-27T17:28:40Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 3700000,
            "currency": "GBP"
        },
        "value": {
            "amount": 4900000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-03-21T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-06-06T00:00:00+01:00",
            "endDate": "2024-05-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8e4ca12f-52af-4a3c-aac6-1c83f6de4a80",
                "datePublished": "2023-01-27T17:28:40Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-49287",
            "name": "Devon County Council",
            "identifier": {
                "legalName": "Devon County Council"
            },
            "address": {
                "streetAddress": "County Hall, Topsham Road",
                "locality": "Exeter",
                "postalCode": "EX2 4QD",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Chloe Staddon",
                "email": "chloe.staddon@devon.gov.uk",
                "telephone": "+44 1392383000"
            },
            "details": {
                "url": "http://www.devon.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-241311",
            "name": "Montel Civil Engineering Ltd",
            "identifier": {
                "legalName": "Montel Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "WR4 9FA"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-49287",
        "name": "Devon County Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-dcbf0bd3-aab2-4fdd-a635-7dba3649ce51-1",
            "status": "active",
            "date": "2023-06-30T00:00:00+01:00",
            "datePublished": "2023-06-30T09:56:09+01:00",
            "value": {
                "amount": 4710236.02,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-241311",
                    "name": "Montel Civil Engineering Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-07-01T00:00:00+01:00",
                "endDate": "2024-06-24T23:59:59+01:00"
            },
            "description": "This supplier was awarded the contract for Lot 1.",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/46b03015-ff4b-4242-a654-a6728732b5b2",
                    "datePublished": "2023-06-30T09:56:09+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}