Supply & Delivery of Coated & Uncoated Roadstone and Recycling of Arisings

A Contract Award Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Framework (Supply)
Duration
35.5 month (est.)
Value
£12M
Sector
CONSTRUCTION
Published
10 May 2022
Delivery
To 24 Apr 2025 (est.)
Deadline
n/a

Concepts

Location

Glasgow City

Geochart for 2 buyers and 6 suppliers

Description

Supply and delivery of road construction materials and recycling of arisings.

Lot Division

1 Supply & Delivery of Coated Roadstone & Recycling of Road Materials

Supply and delivery of bituminous-coated aggregate road materials and the recycling of road planings.

2 Supply & Delivery of Uncoated Roadstone

Supply and delivery of uncoated aggregate road materials.

Award Detail

1 Hillhouse Quarry Group (Troon)
  • Supply & Delivery of Coated Roadstone & Recycling of Road Materials
  • Num offers: 4
  • Value: £11,820,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
2 Tarmac Trading (Bellshill)
  • Supply & Delivery of Coated Roadstone & Recycling of Road Materials
  • Num offers: 4
  • Value: £11,820,000 [share]
  • Awarded to group of suppliers.
3 Tillicoultry Quarries (Kincardine)
  • Supply & Delivery of Coated Roadstone & Recycling of Road Materials
  • Num offers: 4
  • Value: £11,820,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
4 Tarmac Trading (Bellshill)
  • Supply & Delivery of Uncoated Roadstone
  • Num offers: 3
  • Value: £180,000 [share]
  • Awarded to group of suppliers.
5 Patersons of Greenoakhill (Coatbridge)
  • Supply & Delivery of Uncoated Roadstone
  • Num offers: 3
  • Value: £180,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
6 WM Thompson (Dumbarton)
  • Supply & Delivery of Uncoated Roadstone
  • Num offers: 3
  • Value: £180,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.

Renewal Options

The Framework will contain the following mechanisms for additional purchases: 1. Direct award procedure 2. Mini-competition procedure 3. Annual re-pricing exercise

Award Criteria

Operational Processes 15.0
Sustainability 15.0
Innovation 5.0
Fair Work Practices 5.0
PRICE 60.0

CPV Codes

  • 44113000 - Road-construction materials

Indicators

  • Options are available.
  • Award on basis of price.

Other Information

Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the ITT document situated within the buyers attachment area of PCS-T. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Technical envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of this Framework are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate contained in the Technical envelope within the PCS Tender portal. Non – Collusion - Applicants will be required to complete the Non-Collusion certificate contained in the Technical envelope within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachment area of the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation to Tender documents. Applicants must ensure they read these in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16063. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 Please refer to Section 5.7 of the ITT for detailed information on Community Benefits requirements. (SC Ref:692323)

Reference

Domains