Section one: Contracting authority
one.1) Name and addresses
ESPO on behalf of Leicestershire County Council
Barnsdale Way
LEICESTER
LE191ES
Contact
Place and Environment Procurement Team
Telephone
+44 1162657934
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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=c04fd187-71f6-ea11-8105-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=c04fd187-71f6-ea11-8105-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
901_21 Supply of Binder, Storage Tanks and Spray Tankers
Reference number
901_21
two.1.2) Main CPV code
- 44113810 - Surface dressing
two.1.3) Type of contract
Supplies
two.1.4) Short description
ESPO is working on behalf of Leicestershire County Council to undertake a procurement process to appoint up to a maximum of four suppliers, one of which will be awarded the contract to assist with the undertaking of surface dressing works to be carried out on Leicestershire County Council highways during the spring/summer season of 2021 (and by mutual agreement and extension of the contract in seasons 2022, 2023 and 2024).
The suppliers must offer the following:
1) A reliable source of intermediate and premium grade binder;
2) The hire of two storage tanks, each with a minimum capacity of 45 000 litres;
3) The hire of two spray tankers, each with a carrying capacity of 16 000 litres;
4) The provision of limited technical expertise as and when required.
The framework will run for an initial period of 1 year with an option to extend for a further period or periods up to a total of 3 years, in 12 monthly increments, taking the contract term to a maximum of 4 years.
To tender:
(a) go to www.eastmidstenders.org
(b) register;
(c) search for tender opportunity 901_21';
(d) express an interest;
(e) download the tender from the website.
This is a supplement contract notice in accordance with Procurement Policy Note 08/20 - Introduction of Find a Tender. The original contract notices published in OJEU on 17/12/2020 and Contracts Finder on 19/12/2020.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Supply of Binder, Storage Tanks and Spray Tankers to LCC
Lot No
1
two.2.2) Additional CPV code(s)
- 34133100 - Tankers
- 44113700 - Road-repair materials
- 44113800 - Road-surfacing materials
- 44113810 - Surface dressing
- 44113900 - Road-maintenance materials
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Leicestershire County Council (LCC) effectively seeks a multi supplier framework (up to a maximum of four) to award a single supplier to assist with the undertaking of surface dressing works during the spring/summer season (mid-April -mid-October), by offering a reliable source of binder (supply and delivery), the hire of tanks in which to store it, the hire of tankers (vehicles) with which to lay it and the provision of advice and expertise as required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,052,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 March 2021
End date
3 March 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 36 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Supply of Binder, Storage Tanks and/or Spray Tankers to Eligible Public Bodies throughout the UK
Lot No
2
two.2.2) Additional CPV code(s)
- 34133100 - Tankers
- 44113700 - Road-repair materials
- 44113800 - Road-surfacing materials
- 44113810 - Surface dressing
- 44113900 - Road-maintenance materials
- 44611400 - Storage tanks
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Tenderers bidding for lot 1 will have the option to 'opt' in or 'out' of lot 2. The suppliers not awarded to LCC's surface dressing season will act as contingency suppliers to LCC and by opting 'in', will be able to supply goods and or/services within the scope of lot 1, to eligible public bodies throughout the UK via a further competition only.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,948,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 March 2021
End date
3 March 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 36 months. The total estimated value stated in Section II.1.5 includes the option period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Requirement to be an accredited member of The Road Emulsion Association and an accredited member of The Road Surface Treatments Association.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The minimum financial requirement for the purposes of the current tender exercise is stated in the procurement documents.
This framework will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained. Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Ltd. Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 249-622718
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 January 2021
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 January 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the framework agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK:
• local authorities;
• educational establishments (including Academies);
• central government departments and agencies;
• police, fire and rescue and coastguard emergency services;
• NHS and HSC bodies, including ambulance services;
• registered charities;
• registered social landlords;
• The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-(1)/FAQs/Legal
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO on behalf of Leicestershire County Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.