Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Road Materials, Aggregates (dry) and Ready Mix Concrete

  • First published: 06 May 2022
  • Last modified: 06 May 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-033471
Published by:
Scottish Borders Council
Authority ID:
AA21029
Publication date:
06 May 2022
Deadline date:
09 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

(Series 900: Road Pavements – Bituminous Bound Materials)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Borders Council

Council HQ

Newtown St Boswells

TD6 0SA

UK

Contact person: N/A

Telephone: +44 1835824000

E-mail: procurement@scotborders.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.scotborders.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

I.3) Communication

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

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Road Materials, Aggregates (dry) and Ready Mix Concrete

Reference number: 1000893

II.1.2) Main CPV code

44113140

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The purpose of the Framework Agreement is to secure supply for the Council’s Significant Trading Organisation (STO), SBc Contracts, of

Road Surfacing Materials, Aggregates (Dry) and Ready Mixed Concrete.

II.1.5) Estimated total value

Value excluding VAT: 15 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Road Materials

II.2.2) Additional CPV code(s)

44113620

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

(Series 900: Road Pavements – Bituminous Bound Materials)

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional 2 x 12 months extension to framework

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Aggregrates (dry)

II.2.2) Additional CPV code(s)

14212200

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Aggregates to comply with MCDHW* Volume 1 – specification for highway works.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional 2 x 12 months optional extension

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Ready Mix Concrete

II.2.2) Additional CPV code(s)

44114000

44114100

II.2.3) Place of performance

NUTS code:

UKM91

II.2.4) Description of the procurement

Concrete to comply with MCDHW* Volume 1 – Specification for Highway Works and BS EN 206-1 and BS8500 or equivalent.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Optional extensions 2 x 12 months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SPD (Scotland) Question 1.72.2 Part B - Economic or Financial Requirements.

The bidder should provide its ('general') yearly turnover for past 3 financial years.

Prior to awarding contractors will be subject to a Credit Safe check to assess the economic financial standing. The contractor will be required to co-operate with the Council and may be asked to provide copies of their last 2 financial audited accounts to assist with this process. The contractor will be required to obtain a Credit safe rating >= 40.

The Council reserves the right to exclude economic operators who fail to meet this rating and reserves the right not to award a contract without liability on its part.


Minimum level(s) of standards required:

SPD (Scotland) Question 1.73 Part 4B - Insurance Requirements and Economic and Financial Standing.

It is a requirement of this contract that Economic operators hold, or can commit to obtain prior to the commencement of any subsequently

awarded contract, the types and levels of insurance indicated below:

- Public Liability - Minimum 10,000,000 GBP

- Employer's Liability - Minimum 5,000,000 GBP(if applicable)

- Product Liability - Minimum 1,000,000 GBP (if applicable)

- Motor insurance as required.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 10

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 09/06/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 09/06/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

Relevant bodies (including Police Scotland) to actively share significant elements of information provided and detailed in this response.

The supplier shall ensure all relevant certificates, insurances etc., are up to date.

Management Information will be required on a quarterly basis including reporting on Community Benefits.

Once notification is received the following documentation will be required:

Evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within the contract notice.

A completed copy of the following forms:

Certificate of Non Collusion, Canvassing and Declaration & Freedom of Information

Non Involvement in Serious Crime Declaration

Insurances

And any other documentation required.

Tenderers are advised to allow adequate time for uploading documents and dispatch the electronic tender well in advance of the closing

time to avoid any last minute problems.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20949. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Scottish Borders Council is committed to maximising community benefit from its procurement activities. Under this procurement, the

supplier and its supply chain will be required to actively participate in the achievement of the authorities' social and economic objectives.

Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.

(SC Ref:687359)

VI.4) Procedures for review

VI.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

Castlegate

Jedburgh

TD8 6AR

UK

E-mail: jedburgh@scotcourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Scottish Borders Council will incorporate a minimum 10 day standstill period at the point of information on the award of the framework is communicated to tenderers. The Public contract (Scotland) Regulations 2015 (SSI,2015 No446)provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published on the OJEU or within 30 days of the date to 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.

VI.5) Date of dispatch of this notice

05/05/2022

Coding

Commodity categories

ID Title Parent category
14212200 Aggregates Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gravel mixtures and other aggregates
44113620 Asphalt Road-construction materials
44114000 Concrete Construction materials
44114100 Ready-mixed concrete Concrete
44113140 Roadstone Road-construction materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@scotborders.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.