Section one: Contracting authority
one.1) Name and addresses
Orkney Islands Council
Council Offices, School Place
Kirkwall
KW15 1NY
Contact
Rosemary Colsell
rosemary.colsell@orkney.gov.uk
Telephone
+44 01856873535
Fax
+44 01856876158
Country
United Kingdom
NUTS code
UKM65 - Orkney Islands
Internet address(es)
Main address
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