Tender

Provision & Installation of 2 no. Replacement Cremators, Associated “Mercury” Abatement System and Maintenance Agreement

  • Inverclyde Council

F02: Contract notice

Notice identifier: 2021/S 000-014867

Procurement identifier (OCID): ocds-h6vhtk-02c186

Published 29 June 2021, 4:25pm



The closing date and time has been changed to:

25 August 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Inverclyde Council

Corporate Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

Contact

James Shannon

Email

james.shannon@inverclyde.gov.uk

Telephone

+44 1475712364

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.inverclyde.gov.uk

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

Internet address

http://www.inverclyde.gov.uk