Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Corporate Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
James Shannon
james.shannon@inverclyde.gov.uk
Telephone
+44 1475712364
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.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
Provision & Installation of 2 no. Replacement Cremators, Associated “Mercury” Abatement System and Maintenance Agreement
Reference number
PRO 0798 - 17/023 -
two.1.2) Main CPV code
- 42350000 - Cremators
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision & Installation of 2 no. Replacement Cremators and Associated “Mercury” Abatement System, including removal and disposal of 2 no. existing cremators and associated equipment and provision of maintenance agreement.
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
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Greenock Cemetery Crematorium
two.2.4) Description of the procurement
Demolition of 2 no existing Furnace Construction ‘Joule’ cremators and the design, supply, delivery and installation of 2 “bariatric” replacement Cremators, associated “mercury” abatement system and ‘all- inclusive’ maintenance of the above for 15 years.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
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: Yes
Description of options
1. long life refractory linings to cremators
2. NOX abatement system
3. 15 year maintenance agreements for various options
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Refer to tender documents for full details:
installation in an existing listed building,
crematorium will remain functioning throughout the works, design input required to inform design team of building alterations required
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
relevant selection criteria will be included in the SPD Scotland module
three.1.2) Economic and financial standing
List and brief description of selection criteria
Turnover and Dunn and Bradstreet risk indicator
Minimum level(s) of standards possibly required
Stage 1 – Mandatory Selection Criteria
1.1.1 Accounts PASS or FAIL
Tenderers must attach a copy of their audited accounts (or equivalent) and the accounts of the group (if applicable) for the last 3 financial years in English and UK Sterling together with details of any significant changes since the last year end. If the Tenderer has not been trading for 3 years, please provide financial accounts for the life of the organisation.
Accounts will be assessed by a financial expert and the value of business awarded to a supplier will be based on a tenderers average annual turnover over the last 2 years in relation to business offered under the appointment to the contract to limit the financial exposure of the supplier as a contractor.
Inverclyde Council will carry out a credit check by Dun & Bradstreet requesting financial reports. It is the tenderers responsibility to ensure that their Dun & Bradstreet details are an accurate reflection of their financial position prior to submitting their bid.
A tenderers Dun & Bradstreet risk indicator must be 2 or better, the contract value should also be less than 50% of a tenderers turnover.
.
Inverclyde Council reserve the right to carry out credit checks with successful supplier(s) throughout the term of the contract.
Tenderers not requiring to fully disclose their accounts under company law are still required to submit full audited accounts for the purposes of assessing their financial suitability for this contract. The provision of abbreviated, consolidated or group, associate or holding company accounts is not acceptable.
If the original documents are not in English, please provide the originals and a certified translation into English.
The original accounts must be signed and dated by the directors and accompanied by a covering letter from the company accounts.
Any tenderer unable to provide account details should provide a full explanation, which may include alternative / equivalent information for Inverclyde Council to consider.
Please confirm relevant information has been provided. YES/NO
Applicants are strongly advised to satisfy themselves that they meet these criteria as failure of the financial check will mean that their application will not be considered further. Applicants should also satisfy themselves that their Dun and Bradstreet ratings are correct and it is the applicant’s responsibility to raise any queries with Dun and Bradstreet if they feel a correction is required. The Council will rely on the risk rating it obtains at the time it performs the D&B financial check.
three.1.3) Technical and professional ability
List and brief description of selection criteria
relevant selection criteria will be included in the SPD Scotland module
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to Tender 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
Originally published as:
Date
11 August 2021
Local time
12:00pm
Changed to:
Date
25 August 2021
Local time
12:00pm
See the change notice.
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
11 August 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the
Procurement (Scotland) Regulations 2016.
***
Insurance Requirements
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurance indicated below:
Professional Indemnity Insurance 2m GBP
Employer's (Compulsory) Liability Insurance = 5m GBP
Public Liability Insurance = 5m GBP
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18900. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:599892)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom