Tender

New Electric Cremator and Maintenance - Lambeth Crematorium

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2021/S 000-004759

Procurement identifier (OCID): ocds-h6vhtk-029a08

Published 9 March 2021, 6:35pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Sophie Eveso

Email

SEveso@lambeth.gov.uk

Telephone

+44 2079261916

Country

United Kingdom

NUTS code

UKI45 - Lambeth

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36934&B=LBLAMBETH

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36934&B=LBLAMBETH

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

New Electric Cremator and Maintenance - Lambeth Crematorium

Reference number

EU-Supply 43577

two.1.2) Main CPV code

  • 98371120 - Cremation services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Lambeth (LBL) requires a contractor for the supply, installation and commissioning of one new electric-powered cremator at Lambeth Crematorium: and the provision of an ongoing maintenance agreement for the cremator. The crematorium is located within Lambeth Cemetery, Tooting, London. Installation contract to commence from September 2021 with a Maintenance contract length of 12 years with an option to extend for a further 4 years in 1-year increments (12 +1+1+1+1) and reviewed annually. Tender documents available from EU-Supply at:

https://uk.eu-supply.com/ click on Current tender opportunities, navigate to the tender opportunity using Ref: 43577, New Electric Cremator and Maintenance (Lambeth Crematorium).

Submission of signed Form of Tender, Responses to Method statements and Pricing

document is required

two.1.5) Estimated total value

Value excluding VAT: £1

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42350000 - Cremators
  • 98371100 - Cemetery services and cremation services

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth
Main site or place of performance

SW2 1RW

two.2.4) Description of the procurement

The London Borough of Lambeth (LBL) requires a contractor for the supply, installation and commissioning of one new electric-powered cremator at Lambeth Crematorium: and the provision of an ongoing maintenance agreement for the cremator. The crematorium is located within Lambeth Cemetery, Tooting, London. Installation contract to commence from September 2021 with a Maintenance contract length of 12 years with an option to extend for a further 4 years in 1-year increments (12 +1+1+1+1) and reviewed annually.

Tender documents available from EU-Supply at:

https://uk.eu-supply.com/ click on Current tender opportunities, navigate to the tender opportunity using Ref: 43577, New Electric Cremator and Maintenance (Lambeth Crematorium).

Registration on EU-Supply is required.

Once you access EU-Supply, the documents will be available for your perusal.

You would need to click on accept the invitation first to be able to download the documents.

Should you have any difficulty accessing EU-Supply please contact their technical team via:

Email: uksupport@eu-supply.com

Telephone: 0800 840 2050 (office hours only 08:00 to 17:00).

Submission of signed Form of Tender, Responses to Method statements and Pricing

document is required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

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

Start date

1 September 2021

End date

31 August 2033

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

4 May 2021

Local time

12:00pm

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 May 2021

Local time

12:00pm

Place

EU-Supply


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of Justice of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1 2AS

Country

United Kingdom