Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Ms Sarah Deyes
sarah.deyes@buckinghamshire.gov.uk
Telephone
+44 1296585871
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplybucksbusiness.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplybucksbusiness.org.uk
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
Design, Supply, Installation and Maintenance of Cremators at Chilterns Crematorium
Reference number
DN544973
two.1.2) Main CPV code
- 42000000 - Industrial machinery
two.1.3) Type of contract
Supplies
two.1.4) Short description
Buckinghamshire Council is seeking tenders from suitably experienced and qualified organisations for the Design, Supply, Installation and Maintenance of 3 New Cremators and Mercury Abatement Equipment at Chilterns Crematorium (including demolition, removal and disposal of the existing cremation equipment) through the appointment of a single provider.
Chilterns Crematorium, Amersham is the largest crematorium in Buckinghamshire and operates with three cremators, which were installed in 1996/7. Historically and at the current time Chilterns Crematorium receives the bulk of cremations for the region and its level of activity remains very high (currently over 3,500 annual cremations), despite the new facilities in the north of the County.
The crematorium is accessed via Whielden Road and is situated back from the main road within mature woodland landscape, obscuring the view of the crematorium from the main road. The crematorium is served by a dedicated entrance, with an entrance drive bordered by mature hedgerow on either side. This leads to a one-way loop around the front of the crematorium building to the car parking. The crematorium consists of one large building, with a chapel on either side of a central crematory. A small service yard and entrance is located between the 2 chapels, linking into the crematory with a discreet gated fence. This allows for the delivery and collection of consumables and also for the service and maintenance of the cremation equipment.
Buckinghamshire Council invites you to submit a tender for the removal and disposal of 3 Evans 300/2 single ended cremators and ‘double’ mercury abatement system and the subsequent design, supply, maintenance and installation of 3 no. new cremators (all of which will be ‘wide coffin’ or ‘bariatric’ cremators) and accompanying ‘mercury’ abatement equipment to ensure 100% abatement. NOx abatement is to be included as part of the installation.
Tenders must also include a 15 year ‘all inclusive’ servicing contract covering all schedule maintenance visits, annual independent emissions testing, all required spares, unlimited emergency call outs and customer services enquiries, all cremator hearth and refractory linings remedial works and replace all other items for a period of 15 years, except where specifically excluded and noted in your bid.
The successful bidder will enter into 2 separate contracts with Buckinghamshire Council; One for the Design, Manufacture, Supply, Installation and Maintenance of Cremators and Mercury Abatement - Institution of Engineering & Technology (IET) MF/1 form of contract (revision 6- 2014).
One for the maintenance of the cremators for a period of 15 years on Buckinghamshire Councils Long Form Service Contract.
It is anticipated that the contract will be awarded in late September/early October 2021 and the successful bidder will commence the works in the Spring of 2022. All works, installation and commissioning must be complete by 31/11/2022.
If your organisation wishes to participate in this process, you need to register with the Buckinghamshire Business Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
Tenders must be returned via the Buckinghamshire Business Portal. The tender return date is midday on Friday 9th July 2021. Tenders received after this time and date will not be accepted.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Buckinghamshire Council is seeking tenders from suitably experienced and qualified organisations for the Design, Supply, Installation and Maintenance of 3 New Cremators and Mercury Abatement Equipment at Chilterns Crematorium (including demolition, removal and disposal of the existing cremation equipment) through the appointment of a single provider.
Chilterns Crematorium, Amersham is the largest crematorium in Buckinghamshire and operates with three cremators, which were installed in 1996/7. Historically and at the current time Chilterns Crematorium receives the bulk of cremations for the region and its level of activity remains very high (currently over 3,500 annual cremations), despite the new facilities in the north of the County.
The crematorium is accessed via Whielden Road and is situated back from the main road within mature woodland landscape, obscuring the view of the crematorium from the main road. The crematorium is served by a dedicated entrance, with an entrance drive bordered by mature hedgerow on either side. This leads to a one-way loop around the front of the crematorium building to the car parking. The crematorium consists of one large building, with a chapel on either side of a central crematory. A small service yard and entrance is located between the 2 chapels, linking into the crematory with a discreet gated fence. This allows for the delivery and collection of consumables and also for the service and maintenance of the cremation equipment.
Buckinghamshire Council invites you to submit a tender for the removal and disposal of 3 Evans 300/2 single ended cremators and ‘double’ mercury abatement system and the subsequent design, supply, maintenance and installation of 3 no. new cremators (all of which will be ‘wide coffin’ or ‘bariatric’ cremators) and accompanying ‘mercury’ abatement equipment to ensure 100% abatement. NOx abatement is to be included as part of the installation.
Tenders must also include a 15 year ‘all inclusive’ servicing contract covering all schedule maintenance visits, annual independent emissions testing, all required spares, unlimited emergency call outs and customer services enquiries, all cremator hearth and refractory linings remedial works and replace all other items for a period of 15 years, except where specifically excluded and noted in your bid.
The successful bidder will enter into 2 separate contracts with Buckinghamshire Council; One for the Design, Manufacture, Supply, Installation and Maintenance of Cremators and Mercury Abatement - Institution of Engineering & Technology (IET) MF/1 form of contract (revision 6- 2014).
One for the maintenance of the cremators for a period of 15 years on Buckinghamshire Councils Long Form Service Contract.
It is anticipated that the contract will be awarded in late September/early October 2021 and the successful bidder will commence the works in the Spring of 2022. All works, installation and commissioning must be complete by 31/11/2022.
If your organisation wishes to participate in this process, you need to register with the Buckinghamshire Business Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
Tenders must be returned via the Buckinghamshire Business Portal. The tender return date is midday on Friday 9th July 2021. Tenders received after this time and date will not be accepted.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 62
Quality criterion - Name: Price / Weighting: 38
Price - Weighting: 38
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
30 November 2022
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Hgh Court
Th Royal Court of Justice
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom