Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SCC - Prj 1673 Back of House Refurbishment to Southend Crematorium

  • First published: 06 September 2022
  • Last modified: 06 September 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0365e4
Published by:
Southend-on-Sea Borough Council
Authority ID:
AA20674
Publication date:
06 September 2022
Deadline date:
17 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Southend on Sea City Council are carrying out this procurement in the form of an Open Tender for the provision of the Back of House Refurbishment works to Southend Crematorium in order to accommodate 3 new Cremators and associated plant. The manufacture, supply, and installation of the 3 new cremators, associated plant and temporary external cremator will be carried out by Facultatieve Technologies (FT) who have been appointed by SCC under a JCT 2016 Design and Build Contract. It is a condition of this tender that the contract with FT will be novated over to the successful Contractor they are appointed.

The refurbishment works includes the replacement of the three existing cremators and plant including a temporary external cremator to allow the crematorium to operate during the works (to be carried out by FT). It will also include the demolition of the existing brick chimney, renewal of the flat roof coverings, and structural and internal alterations to the internal spaces to create a more efficient work environment.

The contract will be let under JCT 2016 Design and Build Contract with Employers Requirements, drawings, contract sum analysis, building specification, mechanical and electrical specification, and structural specification. The contractor will be expected to complete the detailed design of RIBA Stages 4 to 7 as outlined in the specification and accompanying tender documents

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Southend-on-Sea Borough Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

UK

E-mail: procurementops@southend.gov.uk

NUTS: UKH31

Internet address(es)

Main address: http://www.southend.gov.uk/

Address of the buyer profile: http://www.southend.gov.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=b8f00d04-3713-ed11-8117-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=b8f00d04-3713-ed11-8117-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SCC - Prj 1673 Back of House Refurbishment to Southend Crematorium

Reference number: DN610802

II.1.2) Main CPV code

45453100

 

II.1.3) Type of contract

Works

II.1.4) Short description

Southend on Sea City Council are carrying out this procurement in the form of an Open Tender for the provision of the Back of House Refurbishment works to Southend Crematorium in order to accommodate 3 new Cremators and associated plant. The manufacture, supply, and installation of the 3 new cremators, associated plant and temporary external cremator will be carried out by Facultatieve Technologies (FT) who have been appointed by SCC under a JCT 2016 Design and Build Contract. It is a condition of this tender that the contract with FT will be novated over to the successful Contractor once they are appointed.

The refurbishment works includes the replacement of the three existing cremators and plant including a temporary external cremator to allow the crematorium to operate during the works (to be carried out by FT). It will also include the demolition of the existing brick chimney, renewal of the flat roof coverings, and structural and internal alterations to the internal spaces to create a more efficient work environment.

The contract will be let under JCT 2016 Design and Build Contract with Employers Requirements, drawings, contract sum analysis, building specification, mechanical and electrical specification, and structural specification. The contractor will be expected to complete the detailed design of RIBA Stages 4 to 7 as outlined in the specification and accompanying tender documents

II.1.5) Estimated total value

Value excluding VAT: 2 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH31

II.2.4) Description of the procurement

Southend on Sea City Council are carrying out this procurement in the form of an Open Tender for the provision of the Back of House Refurbishment works to Southend Crematorium in order to accommodate 3 new Cremators and associated plant. The manufacture, supply, and installation of the 3 new cremators, associated plant and temporary external cremator will be carried out by Facultatieve Technologies (FT) who have been appointed by SCC under a JCT 2016 Design and Build Contract. It is a condition of this tender that the contract with FT will be novated over to the successful Contractor they are appointed.

The refurbishment works includes the replacement of the three existing cremators and plant including a temporary external cremator to allow the crematorium to operate during the works (to be carried out by FT). It will also include the demolition of the existing brick chimney, renewal of the flat roof coverings, and structural and internal alterations to the internal spaces to create a more efficient work environment.

The contract will be let under JCT 2016 Design and Build Contract with Employers Requirements, drawings, contract sum analysis, building specification, mechanical and electrical specification, and structural specification. The contractor will be expected to complete the detailed design of RIBA Stages 4 to 7 as outlined in the specification and accompanying tender documents

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Questions / Weighting: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 2 700 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement process will be conducted electronically via the Council's e-tender facility Procontract: https://procontract.due-north.com under Reference no.: DN610802

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Before any tenderer is awarded the Contract, the Contracting Authority will require evidence as outlined in Regulation 58(8)(a), (16) and (18) - Economic and Financial Standing and Regulation 60 Means of Proof. The qualification criteria include a requirement for tenderers to demonstrate that they have a minimum financial turnover of 3,000,000 GBP per annum.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Council will be using the CCS Standard Selection Questionnaire (with PAS91 updates) as well as contract-specific requirements as minimum levels of standards as outlined in the tender documents and e-tender questionnaires.

Tenderers will also be required to provide details of relevant experience (in the area and value of the contract) to establish that the company tendering can demonstrate the required professional ability to provide the refurbishment works required.

Tenderers will also be required to agree to employ the named sub-contractor for the manufacture, supply, and installation of the 3 new cremators and associated plant via a deed of novation as detailed within the tender documents.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/10/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 17/10/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

To view this opportunity please register free of charge on the Council's e-tendering portal on the following link https://procontract.due-north.com under Reference no.: DN610802, then look at 'My Opportunities' where you will be able to find, view and download all the tender documents. All clarifications and responses must be submitted via the e-tendering portal. The tender documents are only available from the Procontract site and are free of charge.

VI.4) Procedures for review

VI.4.1) Review body

Southend-on-Sea City Council

Corporate Procurement, 8th Floor, Civic Centre, Victoria Avenue

Southend-on-Sea

SS2 6ER

UK

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Services

London

UK

VI.5) Date of dispatch of this notice

05/09/2022

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45453100 Refurbishment work Overhaul and refurbishment work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurementops@southend.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.