Highways Materials Tender
Supply of Highway (Coated Material) and Hire Plant with and without Operator FROM 1.4.2013 to 31.3.2014.
UK-Barnsley: Coated materials
2013/S 016-022958
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Barnsley Metropolitan Borough Council
Highways and Civil Engineering, Smihies Lane Depot, Smithies Lane
For the attention of: Mick Clegg
S71 1NL Barnsley
UNITED KINGDOM
Telephone: +44 1226774121
E-mail: mickclegg@barnsley.gov.uk
Internet address(es):
General address of the contracting authority: www.barnsley.gov.uk
Further information can be obtained from: Barnsley MBC
Internet address: www.yortender.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Barnsley MBC
Internet address: www.yortender.co.uk
Tenders or requests to participate must be sent to: Barnsley MBC
Internet address: www.yortender.co.uk
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: BMBC Smithies Lane Depot, Smithies Lane, Barnsley S71 1NL.
NUTS code UKE31
Number of participants to the framework agreement envisaged: 50
Duration of the framework agreement
Duration in months: 12
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 500 000 GBP
44113300, 45520000, 60181000, 60182000, 45500000, 34921000, 43312000, 44113320, 44811000, 43312400, 44512600, 34144400, 34144430, 34922100, 43221000, 44113000, 44113140, 44113800, 44113700, 44113900
Information about lots
Lot No: 1 Lot title: Highways Materials
B – Road Marking Matrerials
C – Road Stone & Concrete
D – Ready Mixed Concrete
E – Vitrified Clay Pipes
F – Cationic Bitumen Emulsion
Tenderers can submit bids for all the of or one and more of the products stated. The tenderer must clearly state which products they are tendering for.
The council reserves the right to award the contracts to a variety of suppliers to ensure diversity of supply.
44113300, 45520000, 60181000, 60182000, 45500000, 34921000, 43312000, 44113320, 44811000, 43312400, 44512600
Category B – Hydraulic Breakers
Category C – Vibrating Rollers – Including Trailers
Category D – Compactors/Vibrating Plate
Category E – Dumpers – Including Trailers
Category F – Floor Saws/Abrasive Hand Held Saws
Category G – Skid Steer Loaders – Including Trailers
Category H – Mini Excavators 360°/180° – Including Trailers
Category I – Tractor Loading Shovel, Tractair
Tenderers can submit bids for all the of or one and more of the categories stated. The tenderer must clearly state which categories they are tendering for.
The council reserves the right to award the contracts to a variety of suppliers to ensure diversity of supply.
44113300, 45520000, 60181000, 60182000, 45500000, 34921000, 43312000, 44113320, 44811000, 43312400, 44512600
Category B – 360° Excavator (Wheeled or Tracked)
Category C – Steel Bodied Lorries
Category D – Road Suction Sweeper
Tenderers can submit bids for all the of or one and more of the categories stated. The tenderer must clearly state which categories they are tendering for.
The council reserves the right to award the contracts to a variety of suppliers to ensure diversity of supply.
44113300, 45520000, 60181000, 60182000, 45500000, 34921000, 43312000, 44113320, 44811000, 43312400, 44512600
Section III: Legal, economic, financial and technical information
a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations,
b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations,
c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct,
d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate,
e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority,
f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority,
g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information,
h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA,
i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively,
j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities,
k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
See Attached Tender Documents
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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
See Attached Tender Documents.
Minimum level(s) of standards possibly required: See Attached Tender Documents.
Information and formalities necessary for evaluating if requirements are met:
See Attached Tender Documents.
Minimum level(s) of standards possibly required:
See Attached Tender Documents.
Section IV: Procedure
Additional information about authorised persons and opening procedure: Authorised officers of Barnsley MBC.
Section VI: Complementary information
Estimated timing for further notices to be published: 21/01/13
Expressions of interest are to be registered via the opportunities portal on the YORtender system using www.yortender.co.uk and by the following the instructions given when accessing and registering on the site. Access to and return of the tender document will be via the YORtender system using www.yortender.co.uk.
The deadline for the return of the completed tender document onto the YORtender system will be 12 noon on 4.3.2013
The council reserves the right to take social and environmental requirements in this tender/contract notice and/or contract documents.
tenderers.
If an appeal regarding the award of the contract has not been successfully resolved then the Public Contract Regulations 2006 provide for aggrieved parties who have been harned or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought within 3 months generally.
VI.5)Date of dispatch of this notice:18.1.2013