Section one: Contracting authority
one.1) Name and addresses
Cumbria County Council
Cumbria House, 107 - 117 Botchergate
Carlisle
CA1 1RD
Contact
Mrs Clare Redpath
procurement.capital@cumbria.gov.uk
Telephone
+44 1228221746
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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