Tender

Supply of Natural Stone Paving and Road Products

  • The City of Edinburgh Council

F02: Contract notice

Notice identifier: 2021/S 000-015156

Procurement identifier (OCID): ocds-h6vhtk-02c2a8

Published 2 July 2021, 8:44am



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Email

stuart.newton@edinburgh.gov.uk

Telephone

+44 1314693580

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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 of Natural Stone Paving and Road Products

Reference number

CT2800

two.1.2) Main CPV code

  • 44113000 - Road-construction materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

The City of Edinburgh Council intends to establish a four-Lot Framework Agreement for the provision of Natural Stone products and appoint a single Supplier to service each Lot of the Framework Agreement as follows:

Lot 1: Caithness Stone Paviors

Lot 2: Hard Sandstone (Yorkstone Scoutmoor) Paviors and Setts

Lot 3: Granite Setts, Kerbs, Channels and Tactile Paving

Lot 4: Whinstone Recycling and Supply of New Whinstone Setts, Kerbs, Channels

This Framework Agreement will be for a period of 2 years, with the option to extend for a further two, 12-month periods (2 + 1 + 1).

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

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

Lot 1: Caithness Stone Paviors

Lot No

1

two.2.2) Additional CPV code(s)

  • 44113120 - Paving slabs
  • 44113130 - Paving stones
  • 44113200 - Flagstones
  • 44910000 - Stone for construction

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Supply, delivery and mechanical offload of Caithness stone paviors of varying sizes as per the Specification and Pricing Schedule.

All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two optional 12-month extensions.

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

Lot 2: Hard Sandstone Paviors and Setts

Lot No

2

two.2.2) Additional CPV code(s)

  • 44113130 - Paving stones
  • 44113200 - Flagstones
  • 44113140 - Roadstone
  • 44912200 - Sandstone
  • 44912400 - Kerbstones
  • 44910000 - Stone for construction
  • 44113120 - Paving slabs

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Supply, delivery and mechanical offload of Hard Sandstone (Yorkstone Scoutmoor) Paviors and Setts of varying sizes as per the Specification and Pricing Schedule.

All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two optional 12-month extensions.

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

Lot 3: Granite Setts, Kerbs, Channels and Tactile Paving

Lot No

3

two.2.2) Additional CPV code(s)

  • 44113130 - Paving stones
  • 44113140 - Roadstone
  • 44113200 - Flagstones
  • 44912100 - Granite
  • 44910000 - Stone for construction
  • 44113120 - Paving slabs

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Supply, delivery and mechanical offload of Granite Setts, Kerbs, Channels and Tactile Paving of varying sizes as per the Specification and Pricing Schedule.

All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two optional 12-month extensions.

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

Lot 4: Whinstone Recycling and Supply of New Whinstone Setts, Kerbs and Channels

Lot No

4

two.2.2) Additional CPV code(s)

  • 44113130 - Paving stones
  • 44113140 - Roadstone
  • 44113200 - Flagstones
  • 44910000 - Stone for construction
  • 44912400 - Kerbstones
  • 45262510 - Stonework
  • 45262512 - Dressed stonework
  • 45262511 - Stone carving
  • 44113120 - Paving slabs

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Supply and recycling, delivery and mechanical offload of recycled and new Whinstone Setts, Kerbs and Channels of varying sizes as per the Specification and Pricing Schedule.

All stone supplied through this Framework Agreement must match with any existing stone already on-street, account must be taken of how newly supplied stone will look after weathering and general wear and tear.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two optional 12-month extensions.

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

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

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover for each Lot of:

Lot 1 Caithness - 200,000 GBP for the last two financial years.

Lot 2 Sandstone - 200,000 GBP for the last two financial years

Lot 3 Granite - 300,000 GBP for the last two financial years

Lot 4 Whinstone - 500,000 GBP for the last two financial years

(If a tenderer bids for more than one Lot. The minimum “general” annual turnover is the sum of each tendered Lot, e.g. a tenderer bidding for Lots 1 and 2 will require a minimum “general” turnover of 400,000 GBP for the last two financial years.)

Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

Applicable to ALL Lots:

Current ratio for Current Year: 1.10

Current ratio for Prior Year: 1.10

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Applicable to ALL Lots:

a. Motor Insurance - 5m GBP

b. Public Liability Insurance - 5m GBP

c. Employers Liability Insurance - 5m GBP

The above insurances are on an each and every claim basis, not on an aggregate level of cover.

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

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: 4

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

2 August 2021

Local time

1:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 August 2021

Local time

1:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated publication for a new notice to be published is 2024, if both optional extensions are utilised, re-procurement may take place earlier if they are not utilised.

six.2) Information about electronic workflows

Electronic ordering will be used

six.3) Additional information

Part II (Q.2D.1.2) The public body explicitly requests this information, please provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.

Part III: Section A, B, C & D - 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 (for above OJEU threshold)/ 8 and 9 of the Procurement (Scotland)

Regulations 2016 (below OJEU threshold).

CONTRACT SPECIFIC MANDATORY CRITERIA

Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.

Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 (2) - It is a mandatory requirement that Tendering Organisations have in place performance monitoring systems for internal/external Quality Management. E.g.; independent certification (such as ISO or equivalent scheme) and appropriate health and safety policies and procedures.

Bidders should confirm that this condition has been met within the response to this question and provide a copy of policies/procedures/certification for review. Where a Bidder does not have appropriate policies/systems in place the Council shall exclude the Bidder from the competition.

Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.2 - It is a requirement for tenderers to hold ISO 14001 or equivalent, or to provide details of your organisations environmental policy.

The following ESPD questions must be answered by tenderers noting the relating Statement of Requirements:

Part I, Part II Section All, Part III Section All Exclusion Grounds, Part IV Section B 4A1a; 4A1b; 4B1a; 4B5b; 4B5c; 4B6; 4D1; 4D2.

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=659133.

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.

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:

Please refer to document '6. Community Benefits Guidance' for further information.

(SC Ref:659133)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=659133

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom

Internet address

www.scotcourts.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date 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.