Skip to main content.

Tendring District Council : Crematorium Upgrade Project

  Tendring District Council has published this notice through Delta eSourcing

Notice Summary
Title: Crematorium Upgrade Project
Notice type: Contract Notice
Authority: Tendring District Council
Nature of contract: Supplies
Procedure: Restricted
Short Description: Extending and upgrading the existing crematorium building, the supply and installation of two new cremators and associated equipment, the removal of two existing cremators and equipment, the supply and installation of new mercury abatement and all associated building works to facilitate the installation and/or the removal of equipment. The completed installation shall make provision for the possible future addition of a cold store installation. N.B. The Council may decide to proceed with a non-abated installation should there be insufficient funding available for a completely abated installation. The successful supplier will be responsible for completing the design for the whole works. The successful supplier will also be required to enter into a 10 year maintenance contract for the maintenance of the new cremators, mercury abatement and associated equipment.
Published: 09/08/2013 17:08

View Full Notice

UK-Clacton-on-Sea: Cremators.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Tendring District Council
      Town Hall, Station Road, Clacton-on-Sea, CO15 1SE, United Kingdom
      Tel. +44 1255686947, Email: beldridge@tendringdc.gov.uk, URL: www.tendringdc.gov.uk
      Contact: Barry Eldridge, Building Services, Attn: Barry Eldrige, Building Services

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Crematorium Upgrade Project
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKH3 - Essex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Cremators. Extending and upgrading the existing crematorium building, the supply and installation of two new
cremators and associated equipment, the removal of two existing cremators and equipment, the
supply and installation of new mercury abatement and all associated building works to facilitate the
installation and/or the removal of equipment. The completed installation shall make provision for
the possible future addition of a cold store installation.

N.B. The Council may decide to proceed with a non-abated installation should there be insufficient
funding available for a completely abated installation.

The successful supplier will be responsible for completing the design for the whole works. The
successful supplier will also be required to enter into a 10 year maintenance contract for the
maintenance of the new cremators, mercury abatement and associated equipment.
         
      II.1.6)Common Procurement Vocabulary:
         42350000 - Cremators.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      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:
      Extending and upgrading the existing crematorium building, the supply and installation of two new
cremators and associated equipment, the removal of two existing cremators and equipment, the
supply and installation of new mercury abatement and all associated building works to facilitate the
installation and/or the removal of equipment. The completed installation shall make provision for
the possible future addition of a cold store installation.

N.B. The Council may decide to proceed with a non-abated installation should there be insufficient
funding available for a completely abated installation.

The successful supplier will be responsible for completing the design for the whole works. The
successful supplier will also be required to enter into a 10 year maintenance contract for the
maintenance of the new cremators, mercury abatement and associated equipment.

Excluding VAT 1,000,000 GBP.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting:
         Completion: 31/08/2015

   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:
      It is anticipated that the contractor will be required to obtain and maintain a performance bond for the duration of the contract. The value of the bond will be 10% of the value of the work awarded.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms will be as set out in 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:
      A Limited Company.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Compliance with DEFRA Process Guidance Note PG5/2(12).The successful supplier will be required to carry out associated building alteration works to facilitate the installation of new equipment and will be responsible for obtaining planning permission and completing the design for the whole works. All works are to comply with the latest Building Regulations, Water Regulations, Pressure Vessel
Regulations and relevant British Standards. The successful supplier will also be required to enter into a ten year maintenance contract for the maintenance of new cremators and associated equipment.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money
laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

In addition, applicants will be required to complete a pre-qualification questionnaire, obtainable from Allman Woodcock Limited. Requests for a pre-qualification questionnaire must be on one page only of company headed paper. The questionnaire must be returned to the contact address within the time-limit for receipt of tenders or requests to participate.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (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 on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         In addition, applicants will be required to complete a pre-qualification questionnaire, obtainable from Allman Woodcock Limited. Requests for a pre-qualification questionnaire must be on one page oly of company headed paper. The questionnaire must be returned to the contact address within he time-limit for receipt of tenders or requests to participate.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         (1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.

(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.

(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.

(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(12) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.

In addition, applicants will be required to complete a pre-qualification questionnaire, obtainable from Allman Woodcock Limited. Requests for a pre-qualification questionnaire must be on one page only of company headed paper/email. The questionnaire must be returned to the contact address within the time-limit for receipt of tenders or requests to participate.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 5
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The 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 auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: AWL1059      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 09/09/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/09/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: The successful supplier will be required to carry out associated building extensions and alteration works to facilitate the installation of new equipment and will be responsible for completing the design for the whole works.

It is anticipated that the new cremators, mercury abatement (if selected) and associated plant will be required to be delivered to site late 2014. It is a requirement for all works at the crematorium to be completed and the site fully operational by end of August 2015.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=70168218
GO-201389-PRO-5026253 TKR-201389-PRO-5026252
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Tendring District Council
      Town Hall, Clacton on Sea, CO15 1SE, United Kingdom
      Tel. +44 1255686955

      Body responsible for mediation procedures:
               Tendring District Council
         Town Hall, Clacton on Sea, CO15 1SE, United Kingdom
         Tel. +44 1255686955

      VI.4.2)Lodging of appeals: Contact should be made with Tendring District Council in the first instance.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Tendring District Council
      Town Hall, Clacton on Sea, CO15 1SE, United Kingdom
      Tel. +44 1255686955

   VI.5) Date Of Dispatch Of This Notice: 09/08/2013

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Allman Woodcock Ltd
      10-11 Tombland, Norwich, NR3 1HF, United Kingdom
      Tel. +44 1603610243, Fax. +44 1603610243, Email: jharper@allmanwoodcock.com, URL: www.allmanwoodcock.com
      Contact: Jon Harper, Attn: Jon Harper   

View any Notice Addenda

View Award Notice