Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
lorna.dunn@eastdunbarton.gov.uk
Telephone
+44 1415745750
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Roads Materials
Reference number
EDC/2021/3377
two.1.2) Main CPV code
- 14210000 - Gravel, sand, crushed stone and aggregates
two.1.3) Type of contract
Supplies
two.1.4) Short description
East Dunbartonshire Council Roads Network Team carries out roads repairs and resurfacing of carriageways and footways, lighting installations and repair works, primarily with its own internal maintenance team.
The Council are seeking supply of roadstone materials including, tar, loose stone, concrete, and the collection of waste materials, for the purpose of road maintenance within the East Dunbartonshire area.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
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
Supply and Delivery of Asphalts and Removal/Recycling of Arisings
Lot No
1
two.2.2) Additional CPV code(s)
- 44113620 - Asphalt
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
East Dunbartonshire
two.2.4) Description of the procurement
Supply and delivery of asphalts and the removal of arisings from the roads operations.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is the option to extend this contract by a further 24 months.
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
Supply and Delivery of Uncoated Stone Materials
Lot No
2
two.2.2) Additional CPV code(s)
- 14210000 - Gravel, sand, crushed stone and aggregates
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
East Dunbartonshire
two.2.4) Description of the procurement
Supply and delivery of uncoated stone materials.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended for a further 24 months.
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
Supply of Concrete Materials and Removal/Recycling of Arisings
Lot No
3
two.2.2) Additional CPV code(s)
- 44114000 - Concrete
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
East Dunbartonshire
two.2.4) Description of the procurement
Supply and delivery of concrete material.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract can be extended by a further 24 months.
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
4A.1 - If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3
Minimum level(s) of standards possibly required
The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
Minimum level(s) of standards required:
4B.1.2 Bidders will be required to have an average yearly turnover of 6, 000,000 GBP over the past 3 years.
4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.
4B.5.1, 4B.5.2 and 4B.5.3. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate
Public/Product Liability – 5,000,000 GBP each and every claim and in the annual aggregate
Unlimited in respect of liability for death / injury.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must respond to SPD Questions 4C.1.2
Minimum level(s) of standards possibly required
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice or the relevant section of the Site Notice. A minimum of two Contracts of a similar scope and nature which have successfully delivered in the last three years - this is a straight PASS or FAIL question
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 a single operator
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
Originally published as:
Date
14 January 2022
Local time
12:00pm
Changed to:
Date
21 January 2022
Local time
12:00pm
See the change notice.
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
14 January 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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=673257.
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.
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=675758.
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.
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Factors to consider as opportunities for community benefits include:
- Generating employment and training opportunities for priority groups
- Vocational training
- Up-skilling existing workforce
- Equality and diversity initiatives
- Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area
- Supply-chain developmental activity
- Building capacity in community organisations
- Education support initiatives
- Working with schools, colleges, universities to offer work experience or educational/professional advice
- Community engagement events or providing value to the local community
- Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions ad impacts on protected species, areas, buildings or sites
(SC Ref:675758)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=675758
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
PO Box 23, 1 Charlton Place
Glasgow
G5 9DA
Country
United Kingdom