Tender

Roads Materials

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2021/S 000-005666

Procurement identifier (OCID): ocds-h6vhtk-029d93

Published 19 March 2021, 4:32pm



The closing date and time has been changed to:

15 April 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Email

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