Tender

Supply and Delivery of Quarry Stone

  • Orkney Islands Council

F02: Contract notice

Notice identifier: 2021/S 000-007309

Procurement identifier (OCID): ocds-h6vhtk-0297f2

Published 8 April 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Orkney Islands Council

Council Offices, School Place

Kirkwall

KW15 1NY

Contact

Rosemary Colsell

Email

rosemary.colsell@orkney.gov.uk

Telephone

+44 01856873535

Fax

+44 01856876158

Country

United Kingdom

NUTS code

UKM65 - Orkney Islands

Internet address(es)

Main address

http://www.orkney.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

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

Supply and Delivery of Quarry Stone

Reference number

OIC/PROC/1186

two.1.2) Main CPV code

  • 14212300 - Broken and crushed stone

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority has a requirement for a supplemental Supply of Quarry Stone for the purposes of continued supply of aggregate including for Roads Works to meet industry prescribed standards

in Orkney. The Contract is for the supply of an initial up to 40,000 tonnes of stone with an Authority held option to extend for a further 2 x 12 month periods if required at a volume up to and proportionate to the volume anticipated for the initial term of the contract.

two.1.5) Estimated total value

Value excluding VAT: £1,297,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Supply and Delivery of Quarry Stone (up to 10000 tonnes)

Lot No

1

two.2.2) Additional CPV code(s)

  • 14212300 - Broken and crushed stone

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Orkney Main Island

two.2.4) Description of the procurement

The Authority has a requirement for a supplemental Supply of Quarry Stone for the purposes of continued supply of aggregate including for Roads Works to meet industry prescribed standards in Orkney. In line with the Quarry Business Plan and the Authority’s budget/governance processes there is a commercial imperative to see there is continuity of supply to meet the demands of our customers circa 100,000 tonnes per annum of which circa 10,000 will be used for bitumous material. Importing material will ensure continuity of supply and will allow the material to be “blended”, where necessary, with the remaining aggregate available at Cursiter Quarry until such time as a long term reserve is secured.

A robust supply of quarry stone is required. An order of 80,000 tonnes has been placed with an external provider. However, with forecast demands a further supplemental supply of up to 40,000 tonnes over the next 18 months is estimated and is the subject of this procurement exercise. The supplemental supply is for Standard Highway works series 600 earthworks 1B specification which will be precisely detailed in the invitation to tender documentation. The total order for Supplier/s appointed to Lot 1 of this contract is for up to 10,000 tonnes over the initial 18 month period. The supply of quarry stone will be required with an expected lead in time of 6 – 8 weeks for delivery of the first load with a total order of up to 10,000 tonnes over the initial 18 month period. The quarry stone will be required to be delivered in specific quantities at regular intervals to an agreed schedule to meet the demands of our customers, these requirements again will be detailed in the forthcoming Invitation to Tender documentation. Bidders will be required to meet prescribed standard assessment tests including Los Angeles Fines, Aggregate Abrasion Value and Polished Stone Value.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Start date

1 June 2021

End date

30 November 2022

This contract is subject to renewal

Yes

Description of renewals

2 Authority held options to extend the duration of supply by 12months each option.

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.2.14) Additional information

It is anticipated that more than one supplier will be appointed to this framework contract. Pricing will be for both excluding delivery and with delivery cost options.

two.2) Description

two.2.1) Title

Supply and Delivery of Quarry Stone (up to 40000 Tonnes)

Lot No

2

two.2.2) Additional CPV code(s)

  • 14212300 - Broken and crushed stone

two.2.3) Place of performance

NUTS codes
  • UKM65 - Orkney Islands
Main site or place of performance

Orkney Main Island

two.2.4) Description of the procurement

The Authority has a requirement for a supplemental Supply of Quarry Stone for the purposes of continued supply of aggregate including for Roads Works to meet industry prescribed standards in Orkney. In line with the Quarry Business Plan and the Authority’s budget/governance processes there is a commercial imperative to see there is continuity of supply to meet the demands of our customers circa 100,000 tonnes per annum of which circa 10,000 will be used for bitumous material. Importing material will ensure continuity of supply and will allow the material to be “blended”, where necessary, with the remaining aggregate available at Cursiter Quarry until such time as a long term reserve is secured.

A robust supply of quarry stone is required. An order of 80,000 tonnes has been placed with an external provider. However, with forecast demands a further supplemental supply of up to 40,000 tonnes over the next 18 months is estimated and is the subject of this procurement exercise. The supplemental supply is for Standard Highway works series 600 earthworks 1B specification which will be precisely detailed in the invitation to tender documentation. The total order for Supplier/s appointed to Lot 2 of this contract is for up to 40,000 tonnes over the initial 18 month period. The supply of quarry stone will be required with an expected lead in time of 6 – 8 weeks for delivery of the first load with a total order of up to 40,000 tonnes over the initial 18 month period. The quarry stone will be required to be delivered in specific quantities at regular intervals to an agreed schedule to meet the demands of our customers, these requirements again will be detailed in the forthcoming Invitation to Tender documentation. Bidders will be required to meet prescribed standard assessment tests including Los Angeles Fines, Aggregate Abrasion Value and Polished Stone Value.

Pricing will be for both excluding delivery and with delivery cost options. It is anticipated that more than one supplier will be appointed to this framework contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

Start date

1 June 2021

End date

30 November 2022

This contract is subject to renewal

Yes

Description of renewals

2 Authority held options to extend the period of supply by 12 months each option

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.2.14) Additional information

It is anticipated that more than one supplier will be appointed to this framework contract. Pricing will be for both excluding delivery and with delivery cost options.


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

The relevant selection criteria will be included in the SPD Scotland module.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD Scotland module.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD Scotland module.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2021/S 000-004241

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

Date

13 May 2021

Local time

12:00pm

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

13 May 2021

Local time

12:00pm

Information about authorised persons and opening procedure

3 Officers with delegated authority


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort

undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders.

Late tenders will not be considered by the Council and all questions relating to this Contract Notice are to be submitted via the Questions

and Answers section of this contract advertisement on PCS.

An economic operator that suffers, or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland)

Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.

Tenderers should complete the SPD (Scotland) contained within SPD Module.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=648997.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:648997)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=648997

six.4) Procedures for review

six.4.1) Review body

Kirkwall Sheriff Court

Sheriff Court House, Watergate

Kirkwall

KW15 1PD

Telephone

+44 1856872110

Country

United Kingdom