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