Opportunity

The Supply of Coated Road Stone and Instant Road Repair Materials

  • Sandwell Metropolitian Borough Council

F02: Contract notice

Notice reference: 2021/S 000-019960

Published 16 August 2021, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitian Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Contact

Jessica Prince

Email

jessica_prince@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG3 - West Midlands

Internet address(es)

Main address

www.sandwell.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/sandwellmbc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sandwellmbc

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

The Supply of Coated Road Stone and Instant Road Repair Materials

Reference number

SMBC 20063

two.1.2) Main CPV code

  • 44113310 - Coated road materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Supply of Coated Road Stone and Instant Road Repair Materials Ref SMBC 20063Sandwell MBC are looking to procure a collaborative four-year contract between Dudley Metropolitan Borough Council (DMBC), City of Wolverhampton Council (CWC) and Sandwell Metropolitan Borough Council (SMBC) for the supply of Coated Road Stone and Instant Road Repair Material. It is for each authority to determine if they wish to participate / utilise this contract.Sandwell MBC, Dudley MBC and Wolverhampton City Council have identified their requirements for the supply of a range of coated road stone materials. Walsall MBC have not expressed any intention to utilise this contract at this present time. However, during the lifetime of this agreement they may wish to participate.• Lot 1 – Aggregates / Asphalt• Lot 2 - Ready-mix Concrete• Lot 3 – Instant Road Repair Material

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

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

Lot 1 – Aggregates / Asphalt

Lot No

1

two.2.2) Additional CPV code(s)

  • 44113310 - Coated road materials
  • 44113320 - Coated roadstone
  • 14210000 - Gravel, sand, crushed stone and aggregates
  • 14212200 - Aggregates

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

• Lot 1 – Aggregates / AsphaltDeliveries and/or collections of dry aggregates to include but not limited to recycled, secondary, quarried, imported, marine and river sourced minerals.Deliveries and/or collections of coated road stone and bituminous products to include but not limited to recycled, secondary, quarried, imported, marine and river sourced minerals.

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

Start date

1 January 2022

End date

31 December 2024

This contract is subject to renewal

Yes

Description of renewals

optional 1 year extension to 31/12/2025

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 - Ready-mix Concrete

Lot No

2

two.2.2) Additional CPV code(s)

  • 44113310 - Coated road materials
  • 44114200 - Concrete products
  • 44114000 - Concrete
  • 44113320 - Coated roadstone
  • 44114100 - Ready-mixed concrete
  • 24957200 - Additives for cements, mortars or concretes
  • 43413000 - Concrete or mortar mixers

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

• Lot 2 - Ready-mix ConcreteDeliveries and/or collections of mini-mix, volumetric, 6 cu m, 8 cu m loads to include but not limited to recycled, secondary, quarried, imported, marine and river sourced minerals.

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

Start date

1 January 2022

End date

31 December 2024

This contract is subject to renewal

Yes

Description of renewals

Optional 1 year extension to 31/10/2025

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 - Instant Road Repair Material

Lot No

3

two.2.2) Additional CPV code(s)

  • 44113310 - Coated road materials
  • 44113700 - Road-repair materials
  • 14210000 - Gravel, sand, crushed stone and aggregates
  • 44113320 - Coated roadstone
  • 14212200 - Aggregates
  • 24957200 - Additives for cements, mortars or concretes
  • 43413000 - Concrete or mortar mixers

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

• Lot 3 – Instant Road Repair MaterialDeliveries of instant pot-hole repair material, rapid mix mortar and cement.

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

Start date

1 January 2022

End date

31 December 2024

This contract is subject to renewal

Yes

Description of renewals

Optional 1 year extension to 31/12/2025

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

Please refer to the ITT documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to the ITT documents.

Minimum level(s) of standards possibly required

Please refer to the ITT documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to the ITT documents.

Minimum level(s) of standards possibly required

Please refer to the ITT documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the ITT 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: 9

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

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

16 September 2021

Local time

3:00pm

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

Tender must be valid until: 14 January 2022

four.2.7) Conditions for opening of tenders

Date

16 September 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 36 months

six.3) Additional information

Sandwell MBC will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

six.4) Procedures for review

six.4.1) Review body

The Royal Court Of Justice

London

Country

United Kingdom