Section one: Contracting authority
one.1) Name and addresses
Scottish Borders Council
Council HQ
Newtown St Boswells
TD6 0SA
Contact
N/A
procurement@scotborders.gov.uk
Telephone
+44 1835824000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Road Materials, Aggregates (dry) and Ready Mix Concrete
Reference number
1000893
two.1.2) Main CPV code
- 44113140 - Roadstone
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of the Framework Agreement is to secure supply for the Council’s Significant Trading Organisation (STO), SBc Contracts, of
Road Surfacing Materials, Aggregates (Dry) and Ready Mixed Concrete.
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
Road Materials
Lot No
1
two.2.2) Additional CPV code(s)
- 44113620 - Asphalt
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
(Series 900: Road Pavements – Bituminous Bound Materials)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional 2 x 12 months extension to framework
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
Aggregrates (dry)
Lot No
2
two.2.2) Additional CPV code(s)
- 14212200 - Aggregates
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
Aggregates to comply with MCDHW* Volume 1 – specification for highway works.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional 2 x 12 months optional extension
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
Ready Mix Concrete
Lot No
3
two.2.2) Additional CPV code(s)
- 44114000 - Concrete
- 44114100 - Ready-mixed concrete
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
two.2.4) Description of the procurement
Concrete to comply with MCDHW* Volume 1 – Specification for Highway Works and BS EN 206-1 and BS8500 or equivalent.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extensions 2 x 12 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.1.2) Economic and financial standing
List and brief description of selection criteria
SPD (Scotland) Question 1.72.2 Part B - Economic or Financial Requirements.
The bidder should provide its ('general') yearly turnover for past 3 financial years.
Prior to awarding contractors will be subject to a Credit Safe check to assess the economic financial standing. The contractor will be required to co-operate with the Council and may be asked to provide copies of their last 2 financial audited accounts to assist with this process. The contractor will be required to obtain a Credit safe rating >= 40.
The Council reserves the right to exclude economic operators who fail to meet this rating and reserves the right not to award a contract without liability on its part.
Minimum level(s) of standards possibly required
SPD (Scotland) Question 1.73 Part 4B - Insurance Requirements and Economic and Financial Standing.
It is a requirement of this contract that Economic operators hold, or can commit to obtain prior to the commencement of any subsequently
awarded contract, the types and levels of insurance indicated below:
- Public Liability - Minimum 10,000,000 GBP
- Employer's Liability - Minimum 5,000,000 GBP(if applicable)
- Product Liability - Minimum 1,000,000 GBP (if applicable)
- Motor insurance as required.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 10
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
Date
9 June 2022
Local time
12:00pm
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 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of The Public
Contracts (Scotland) Regulations 2015.
Relevant bodies (including Police Scotland) to actively share significant elements of information provided and detailed in this response.
The supplier shall ensure all relevant certificates, insurances etc., are up to date.
Management Information will be required on a quarterly basis including reporting on Community Benefits.
Once notification is received the following documentation will be required:
Evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within the contract notice.
A completed copy of the following forms:
Certificate of Non Collusion, Canvassing and Declaration & Freedom of Information
Non Involvement in Serious Crime Declaration
Insurances
And any other documentation required.
Tenderers are advised to allow adequate time for uploading documents and dispatch the electronic tender well in advance of the closing
time to avoid any last minute problems.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20949. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Scottish Borders Council is committed to maximising community benefit from its procurement activities. Under this procurement, the
supplier and its supply chain will be required to actively participate in the achievement of the authorities' social and economic objectives.
Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
(SC Ref:687359)
six.4) Procedures for review
six.4.1) Review body
Jedburgh Sherriff Court and Justice of the Peace Court
Castlegate
Jedburgh
TD8 6AR
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Scottish Borders Council will incorporate a minimum 10 day standstill period at the point of information on the award of the framework is communicated to tenderers. The Public contract (Scotland) Regulations 2015 (SSI,2015 No446)provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.