Tender

Highways Products 2021-2022 Framework

  • Cumbria County Council

F02: Contract notice

Notice identifier: 2021/S 000-021775

Procurement identifier (OCID): ocds-h6vhtk-02dc7e

Published 2 September 2021, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Cumbria County Council

Cumbria House, 107 - 117 Botchergate

Carlisle

CA1 1RD

Contact

Mrs Clare Redpath

Email

procurement.capital@cumbria.gov.uk

Telephone

+44 1228221746

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://www.cumbria.gov.uk/

Buyer's address

http://www.cumbria.gov.uk/

one.3) Communication

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

https://www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.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

Highways Products 2021-2022 Framework

Reference number

DN566674

two.1.2) Main CPV code

  • 44110000 - Construction materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

The new framework will be for supply of products both into various depots countywide and

also collected by CCC operatives from the supplier’s premises. It is proposed that the new

framework will be split into two geographically based lots.

• Lot 1A – Concrete and Civil Engineering Products (EAST)

• Lot 1B – Drainage Products (EAST)

• Lot 2A – Concrete and Civil Engineering Products (WEST)

• Lot 2B – Drainage Products (WEST)

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots

or groups of lots:

• Lot 1A – Concrete and Civil Engineering Products (EAST)

• Lot 1B – Drainage Products (EAST)

• Lot 2A – Concrete and Civil Engineering Products (WEST)

• Lot 2B – Drainage Products (WEST)

Tenderers are invited to bid for one or more Lots. Up to 2 suppliers will be included on each

sub-lot of the framework. The appointed suppliers on each sub-lot will be those with the

highest combined quality and price score. The second Supplier’s overall score must be within

25% of the first Supplier for them to successfully be awarded a place on the framework.

two.2) Description

two.2.1) Title

Lot 1A – Concrete and Civil Engineering Products (EAST)

Lot No

1A

two.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

Concrete and Civil Engineering Products (EAST - Deliveries to depots in Carlisle, Eden and

South Lakeland areas). Products as per specification.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

12

This contract is subject to renewal

No

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 1B – Drainage Products (EAST)

Lot No

1B

two.2.2) Additional CPV code(s)

  • 44400000 - Miscellaneous fabricated products and related items

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

Lot 1B – Drainage Products (EAST - Deliveries to depots in Carlisle, Eden and South Lakeland

areas). Products as per specification

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

12

This contract is subject to renewal

No

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 2A – Concrete and Civil Engineering Products (WEST)

Lot No

2A

two.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

Concrete and Civil Engineering Products (WEST - Deliveries to depots in Allerdale, Copeland

and Barrow). Products as per specification.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

12

This contract is subject to renewal

No

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 2B Drainage Products (WEST)

Lot No

2B

two.2.2) Additional CPV code(s)

  • 44420000 - Goods used in construction

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria

two.2.4) Description of the procurement

Drainage Products (WEST - Deliveries to depots in Allerdale, Copeland and Barrow).

Products as per specification

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

12

This contract is subject to renewal

No

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

Selection criteria as stated in the procurement documents

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: 8

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

Framework agreement with several operators

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

5 October 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Suppliers wishing to express an interest and obtain access to the tender documents should

go to www.the-chest.org.uk and click on current opportunities from the navigation area on

the left of the screen. On the next screen enter the contract Reference (DN566674) in the

box labelled 'contains' then click search. Click on the Blue link for the contract title to view

the opportunity. To express an interest you will need to login. If you are not already

registered on the www.the-chest.org.uk you will need to return to the home page and click

on Register. Register free link in the navigation area on the left of the screen. Registration is

free of charge and your username and password will be emailed to you.

Cumbria County Council is fully supportive of all aspects of diversity including ethnicity,

race, religion, age, disability and sexual orientation. In this respect Cumbria County Council

welcomes expressions of interest from ethnic minority, disabled and other diverse business

communities and the voluntary sector. Economic operators are therefore required to fully

comply with all statutory obligations/applicable legislation and there will be a requirement

to participate in the authority's supplier audits on all aspects of diversity.

The contracting authority expressly reserves the right:

(i) not to award any contract as a result of the procurement process commenced by

publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering

competition; and in no circumstances will the contracting authority be liable for any costs

incurred by the candidates. Any expenditure, work or effort undertaken prior to contract

award is accordingly a matter solely for the commercial judgement of potential suppliers.

The contracting authority reserve the right to use any electronic portal during the life of the

agreement.

The value provided in Section II.1.5 is only an estimate.

six.4) Procedures for review

six.4.1) Review body

High Court of England

London

Country

United Kingdom