web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Leicester: Road-repair materials

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 047-077755/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
Postal code: LE19 1ES
United Kingdom
For the attention of: Miss Katarina Horakova
Email: tenders@espo.org
Internet Address(es):
General address of the contracting authority:
Electronic access to information: www.eastmidstenders.org
Electronic submission of tenders and requests to participate: www.eastmidstenders.org
Further information can be obtained from: ESPO
Please see section 11.1.5
Leicester
Postal code: LE19 1ES
United Kingdom

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ESPO
see section 11.1.5
Leicester
Postal code: LE19 1ES
United Kingdom

Tenders or requests to participate must be sent to: ESPO
see section 11.1.5
Leicester
Postal code: LE19 1ES
United Kingdom

I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity:
OTHER: local authority services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Organisations listed in Section II.1.5
further information contacy ESPO
Leicester
Postal code: LE19 1ES
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
250_16 Road Repair Materials.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 0
Duration of the framework agreement in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 5 000 000 and 25 000 000 GBP
II.1.5) Short description of the specific contract:
ESPO intends to establish a national framework for the supply and delivery of Road Repair Materials, including Bitumen Emulsions, Proprietary Emulsion Products, Polymer Modified Binder & Emulsion, Rapid Set Products
and Joint Sealants.
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the Framework Agreement is open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and Agencies and Local Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Any Public Body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Full details of the classification of end user establishments and geographical areas is available on:
An e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available: (a) Go to www.eastmidstenders.org, (b) (If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page, (c) Once registered visit the home page select ‘View Opportunities’ then ‘Search Latest Opportunities’, from the ‘Organisation’ drop down box select ‘ESPO’, click search (options) and select the appropriate opportunity ‘250_16 Road Repair Materials’, (d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest, (e) Once fully registered, you should download the tender from the website.
Tenderers should also note that final submissions must be made only via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded.
All documents pertaining to this opportunity will be available for download via the ProContract portal from the outset. Please ensure you are able to download all files after accessing the ProContract portal.
If you have any query regarding the content or require further information, please use the discussion tools provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136.
Note: You will receive email notifications regarding your expression of interest or other important actions on the system. Email alerts may be blocked by your company’s SPAM filter. Please contact your ICT department to ensure that emails from the domain “@due-north.com” are excluded from the spam filter “blocked addresses”.
II.1.6) Common procurement vocabulary (CPV): 44113700, 44113900, 44113800, 44113810
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more 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:
The value of GBP 5 000 000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed — but has nevertheless been incorporated within a range of GBP 5 000 000 to GBP 25 000 000 for the duration (including the extension option referred to at Section II.2.2).
II.2.2) Information about options:
Options:yes
Description of these options:The framework agreement has the option to extend for up to a further 12 months. The total estimated values stated in Section II.1.4 include the option period.
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Starting 1.5.2016Completion 30.4.2019
Information about lots
Lot No: 1; Lot title: Road Repair Materials
1) Short description: The framework is divided into the following lots: — Lot 1 — Emulsion Products — Lot 2 — Rapid Set Products — Lot 3 — Joint Sealant Products — Lot 4 — Joint Sealant Products in Aerosols — Lot 5 — Deferred Set Products Information on Lots is provided on the Invitation to Tender.
2) Common procurement vocabulary (CPV): 44113700
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation. 2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 12 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Invitation To Tender.
III.2.2) Economic and financial ability:
Minimum level(s) of standards possibly required: Same as above.
III.2.3) Technical capacity
Minimum level(s) of standards possibly required: Same as above.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
250_16
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 232-421342of01.12.2015
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:
04.04.2016 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
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
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:
03.03.2016