Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Norfolk County Council
County Hall, Martineau Lane
For the attention of: Andrew Fish
NR1 2DH Norwich
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Ready Mixed Concrete Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Norfolk.
NUTS code UKH13
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 agreementFramework agreement with several operators
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Norfolk County Council wishes to establish a framework agreement with suitable suppliers for the supply of ready-mixed concrete.
Successful applicants will be appointed to the framework agreement to provide ready-mixed concrete in accordance with the service specification, together with the documents making up the contract.
The framework will consist of 3 Lots:
Lot 1 - Designated Grades of Concrete;
Lot 2 - Standard Prescribed Concrete for Ancillary Purposes and Porous No-Fines Concrete;
Lot 3 - Cement Bound Granular Materials.
There is no guarantee of business. As a guide, the Council spend is approximately 400 000 GBP per annum. However this does not represent a commitment to purchase the quantity stated, either as a minimum or a maximum, under the Framework.
Orders placed off the framework will be awarded on an individual basis.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework will consist of 3 Lots:
Lot 1 - Designated Grades of Concrete;
Lot 2 - Standard Prescribed Concrete for Ancillary Purposes and Porous No-Fines Concrete;
Lot 3 - Cement Bound Granular Materials.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Designated Grades of Concrete1)Short description
Designated Grades of Concrete.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Standard Prescribed Concrete for Ancillary Purposes and Porous No-Fines Concrete1)Short description
Standard Prescribed Concrete for Ancillary Purposes and Porous No-Fines Concrete.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Cement Bound Granular Materials1)Short description
Cement Bound Granular Materials.
2)Common procurement vocabulary (CPV) 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:
As per the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per the tender documents.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As per the tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NCCT41018
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 10.4.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate11.4.2016
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 11.4.2016
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This procurement will be managed electronically via the Council's e-procurement system. To participate in this procurement, applicants must 1st be registered on the system at: https://in-tendhost.co.uk/norfolkcc
Full instructions for registration and use of the system can be found at: https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles
Once registered you will be able to see the procurement project under the ‘tenders’ section and ‘express an interest’ to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Public Contracts Regulations 2015 (as Amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator 1st knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.2.2016