Awarded contract

Supply & Delivery of Coated & Uncoated Roadstone and Recycling of Arisings

  • Glasgow City Council

F03: Contract award notice

Notice reference: 2022/S 000-012080

Published 10 May 2022, 8:34am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

steven.chandler@glasgow.gov.uk

Telephone

+44 1412876907

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

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 & Delivery of Coated & Uncoated Roadstone and Recycling of Arisings

two.1.2) Main CPV code

  • 44113000 - Road-construction materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply and delivery of road construction materials and recycling of arisings.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £12,000,000

two.2) Description

two.2.1) Title

Supply & Delivery of Coated Roadstone & Recycling of Road Materials

Lot No

1

two.2.2) Additional CPV code(s)

  • 44113000 - Road-construction materials

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City

two.2.4) Description of the procurement

Supply and delivery of bituminous-coated aggregate road materials and the recycling of road planings.

two.2.5) Award criteria

Quality criterion - Name: Operational Processes / Weighting: 15

Quality criterion - Name: Sustainability / Weighting: 15

Quality criterion - Name: Innovation / Weighting: 5

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The Framework will contain the following mechanisms for additional purchases:

1. Direct award procedure

2. Mini-competition procedure

3. Annual re-pricing exercise

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

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.

two.2) Description

two.2.1) Title

Supply & Delivery of Uncoated Roadstone

Lot No

2

two.2.2) Additional CPV code(s)

  • 44113000 - Road-construction materials

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City

two.2.4) Description of the procurement

Supply and delivery of uncoated aggregate road materials.

two.2.5) Award criteria

Quality criterion - Name: Operational Processes / Weighting: 15

Quality criterion - Name: Sustainability / Weighting: 15

Quality criterion - Name: Innovation / Weighting: 5

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The Framework will contain the following mechanisms for additional purchases:

1. Direct award procedure

2. Mini-competition procedure

3. Annual re-pricing exercise

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

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.


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

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 000-027217


Section five. Award of contract

Lot No

1

Title

Supply & Delivery of Coated Roadstone & Recycling of Road Materials

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 April 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Hillhouse Quarry Group Ltd.

Hillhouse Quarry

Troon

KA10 7HX

Telephone

+44 1292318338

Fax

+44 1292317000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tarmac Trading Ltd

Linnet Way

Bellshill

ML4 3RA

Telephone

+44 7793165777

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tillicoultry Quarries Ltd

Tulliallan, Kincardine on Forth

Kincardine

FK10 4DT

Telephone

+44 1259730481

Fax

+44 1259731201

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £11,820,000


Section five. Award of contract

Lot No

2

Title

Supply & Delivery of Uncoated Roadstone

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 April 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Tarmac Trading Ltd

Linnet Way

Bellshill

ML4 3RA

Telephone

+44 7793165777

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Patersons of Greenoakhill Ltd

Gartsherrie Road

Coatbridge

ML5 2EU

Telephone

+44 1236433351

Fax

+44 1236433744

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Wm Thompson & Son

Birch Road

Dumbarton

G82 2RN

Telephone

+44 7769176273

Country

United Kingdom

NUTS code
  • UKM8 - West Central Scotland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £180,000


Section six. Complementary information

six.3) Additional information

Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the ITT document situated within the buyers attachment area of PCS-T.

Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Technical envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information).

Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.

Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of this Framework are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the Technical envelope within the PCS Tender portal.

Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Technical envelope within the PCS Tender portal.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.

Terms and Conditions are located within the Buyers Attachment area of the PCS Tender portal.

Additional information pertaining to this contract notice is contained within the Invitation to Tender documents. Applicants must ensure they read these in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16063. 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

Please refer to Section 5.7 of the ITT for detailed information on Community Benefits requirements.

(SC Ref:692323)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

www.scotcourts.gov.uk