Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Lorna.Dunn@eastdunbarton.gov.uk
Telephone
+44 1415745750
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
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://www.publictendersscotland.publiccontractsscotland.gov.u
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.u
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
Roads Materials
Reference number
EDC/2020/3018
two.1.2) Main CPV code
- 14210000 - Gravel, sand, crushed stone and aggregates
two.1.3) Type of contract
Supplies
two.1.4) Short description
East Dunbartonshire Council Roads Network Team carries out roads repairs and resurfacing of carriageways and footways, lighting installations and repair works, primarily with its own internal maintenance team.
The Council are seeking supply of roadstone materials including, tar, loose stone, concrete, and the collection of waste materials, for the purpose of road maintenance within the East Dunbartonshire area.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
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
Asphalt Material
Lot No
1
two.2.2) Additional CPV code(s)
- 44113620 - Asphalt
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
Supply and delivery of asphalts.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is the option to extend this contract by a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Uncoated Material
Lot No
2
two.2.2) Additional CPV code(s)
- 14210000 - Gravel, sand, crushed stone and aggregates
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
Supply and delivery of uncoated stone materials.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended for a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Concrete Materials
Lot No
3
two.2.2) Additional CPV code(s)
- 44114000 - Concrete
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
Supply and delivery of concrete material.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended by a further 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Road Arisings
Lot No
4
two.2.2) Additional CPV code(s)
- 14210000 - Gravel, sand, crushed stone and aggregates
- 14212000 - Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gravel mixtures and other aggregates
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
The removal of arisings from the roads operations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended for a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
4A.1 - If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.2 - Average yearly turnover
4B.2.2 - Average yearly turnover in business area covered by the contract
4B.3
4B.4 - Financial ratios
4.B.5 - Insurance
Minimum level(s) of standards possibly required
4B.1.2 - Bidders will be required to have a minimum required turnover per year: Max 30000000GBP
4B.2.2 - Bidders will be required to have Minimum required turnover per year: Max 30000000GBP in the business area covered by the contract for the last 3 years.
4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.4 - Bidders will be required to state the value(s) for the following financial ratio(s):
Type of Ratio: Acid Test
Description: Current Assets-Stock/Current Liability
4.B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000GBP
Public Liability Insurance = 10 000 000 GBP
Professional Risk Indemnity Insurance = 5 000 000GBP
Product Liability Insurance = 5 000 000GBP
Minimum Requirement: A company with an Acid Test Ratio of less than 1 cannot currently fully pay back its current liabilities. Therefore to pass the Acid Test Ratio question the bidder must have a score of greater than 1.
Type of Ratio: Return on Capital %
Description: Profit/Capital Employed
Minimum Requirement: Return on capital employed or ROCE is used to prove the value the business gains from its assets and liabilities. To pass this question EDC require the bidder to score a positive figure/Percentage.
Type of Ratio: Current Ratio
Description: Current Assets/Liabilities
Minimum Requirement: The current Ratio is a liquidity ratio that measures a company's ability to pay short-term obligations. To pass this question EDC require the bidder to achieve a score of greater than 1.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.4 - Please provide examples of any stock/IT systems utilised, logistics arrangements, average lead times.
4C.8.1 - Bidders will be required to confirm their average annual manpower for the last three years.
4C.8.2 - Bidders will be required to confirm their and the number of managerial staff for the last three years.
4C.9 - Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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
Envisaged maximum number of participants to the framework agreement: 12
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
9 April 2021
Local time
12:00pm
Changed to:
Date
15 April 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18116. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
- generating employment and training opportunities for priority groups; i.e. through offering work experience or young apprenticeships
- up-skilling the existing workforce;
- equality and diversity initiatives;
- to build capacity in community organisations;
- educational support initiatives;
- working with schools, colleges and universities to offer work experience
- minimising negative environmental impacts
(SC Ref:647475)
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
PO Box 23, 1 Charlton Place
Glasgow
G5 9DA
Country
United Kingdom