London Borough Of Bexley: Framework agreement for the supply and delivery of salt for gritting carriageways and footways

  London Borough Of Bexley has published this notice through Delta eSourcing

Notice Summary
Title: Framework agreement for the supply and delivery of salt for gritting carriageways and footways
Notice type: Contract Notice
Authority: London Borough Of Bexley
Nature of contract: Supplies
Procedure: Open
Short Description: Supply and delivery of Rock Salt for gritting carriageways and footways. The specification of Salt shall comply to BS 3247 2015-2019 rock salt or equivalent EU Recognised international standard.
Published: 01/04/2015 11:08

View Full Notice

UK-BEXLEYHEATH: Rock salt.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 Watling Street, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455127, Fax. +442 082946385, Email: mike.sexton@bexley.gov.uk, URL: www.bexley.gov.uk, URL: WWW.BEXLEY.GOV.UK
      Contact: PROCUREMENT TEAM, Attn: MIKE SEXTON
      Electronic Submission URL: www.londontenders.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework agreement for the supply and delivery of salt for gritting carriageways and footways
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKI22 - Outer London - South         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 380,000 and 1,500,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Rock salt. Supply and delivery of Rock Salt for gritting carriageways and footways. The specification of Salt shall comply to BS 3247 2015-2019 rock salt or equivalent EU Recognised international standard.
         
      II.1.6)Common Procurement Vocabulary:
         14410000 - Rock salt.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: All lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Estimated tonnage 11,000 - 60,000 tonnes LOTS as detailed in specification. This is an estimate only and may vary with weather conditions during winter periods throughout the the framework period. The estimated value of all call off orders is not expcted to exceed £1,500,000 throughout the framework period.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: 6mm Rock Salt

      1)Short Description:      
      Bulk deliveries of rock salt in accordance with BS3247: 2011

      2)Common Procurement Vocabulary:
         14410000 - Rock salt.
         
      3)Quantity Or Scope:      
      various bulk deliveries up to 60,000 tonnes over a 4 year term as ordered by participating South London Boroughs               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Bagged rock salt (per kg)

      1)Short Description:      
      delivery on request of bagged rock salt to London Boroughs of Bexley, Bromley and other South London Boroughs named in this notice.

      2)Common Procurement Vocabulary:
         14410000 - Rock salt.
         
      3)Quantity Or Scope:      
      Up to 300 tonnes over the term of the framework to be supplied in 10kg or 25kg bags as required. THe estimated value over the term of the framework is not expected to exceed £12,000.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Bonds, parent company guarantee and collateral warranties may be required and will be specified in the tender.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      n/a
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Providers are to be enrolled with one of the professional or trade registers kept in their memeber state of establishment in accordance with Regulation 58 (5) of the Public Contract Regulations 2015. The Authority will treat any tenderer as ineligible if it, or its directors have been found guilty of any of the offences set out under Regulations 57(1) to (4) of the Public Contracts Regulations 2015, subject to Regulations 57(6) and 57(13)-(17)      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         This requirement will apply to each individual Lot, however where a contractor is awarded more than one Lot, the minimum yearly turnover may be revised.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Tenders will be assessed in accordance with the evaluation criteria set out in the ITT.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 4489      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/05/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Until: 2015-10-05 00:00:00.0
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The eventual supply framework will include participation by the following London Boroughs; Bexley, Bromley, Croydon, Lambeth, Lewisham, Richmond, Sutton, Wandsworth.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=123793325
GO-201541-PRO-6486800 TKR-201541-PRO-6486799
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough of Bexley
      2 Watling Street, Bexleyheath, DA6 7AT, United Kingdom
      Email: PROCUREMENT@BEXLEY.GOV.UK, URL: www.bexley.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 01/04/2015

ANNEX A
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      London Borough Of Bexley
      WWW.LONDONTENDERS.ORG, Bexleyheath, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      London Borough of Bromley
      Shire Lane depot, Bromley, BR2 9RB, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      London Borough of Croydon
      Highways (salt barn), Croydon, CR0 3RL, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      London Borough of Lambeth
      Vale Street, West Norwood, SE27 9PA, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         4: Contracting Authority
      London Borough of Lewisham
      Wearside Service Centre, Ladywell, SE13 7EZ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         5: Contracting Authority
      London Borough of Richmond
      Langhome Drive, Twickenham, TW2 7SG, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         6: Contracting Authority
      London Borough of Sutton
      Reuse and Recycling Centre, Sutton, SM3 9Q, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         7: Contracting Authority
      London Borough of Wandsworth
      Dormay street depot, Wandsworth, SW18 1EY, United Kingdom

View any Notice Addenda

View Award Notice

UK-BEXLEYHEATH: Rock salt.

Section I: Contracting Authority
   Title: UK-BEXLEYHEATH: Rock salt.
   I.1)Name, Addresses and Contact Point(s):
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 Watling Street, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455127, Fax. +442 082946385, Email: mike.sexton@bexley.gov.uk, URL: www.bexley.gov.uk, URL: WWW.BEXLEY.GOV.UK
      Contact: PROCUREMENT TEAM, Attn: MIKE SEXTON
      Electronic Submission URL: www.londontenders.org

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework agreement for the supply and delivery of salt for gritting carriageways and footways      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKI22 - Outer London - South         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Rock salt. Supply and delivery of Rock Salt for gritting carriageways and footways. The specification of Salt shall comply to BS 3247 2015-2019 rock salt or equivalent EU Recognised international standard.
      II.1.5)Common procurement vocabulary:
         14410000 - Rock salt.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: Lowest price          
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 4489         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 25/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Cleveland Potash Ltd
         Postal address: Boulby Mine,, Loftus,, Saltburn by the sea,
         Town: Cleveland,
         Postal code: TS13 4UZ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 25/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: North West Turf Limited
         Postal address: Mickering Lane,, Aughton
         Town: Lancashire
         Postal code: L39 6SR
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The eventual supply framework will include participation by the following London Boroughs; Bexley, Bromley, Croydon, Lambeth, Lewisham, Richmond, Sutton, Wandsworth.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151630672
GO-201579-PRO-6774412 TKR-201579-PRO-6774411   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      London Borough of Bexley
      2 Watling Street, Bexleyheath, DA6 7AT, United Kingdom
      Email: PROCUREMENT@BEXLEY.GOV.UK, URL: www.bexley.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 09/07/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      London Boroughs of Bromley, Croydon, Lambeth,Lewisham,Richmond,Sutton & Wandsworth
      c/o London Borough of Bexley, Bexleyheath, United Kingdom