Section one: Contracting authority
one.1) Name and addresses
SOLIHULL METROPOLITAN BOROUGH COUNCIL
SOLIHULL
Contact
Corporate Procurement Service
Telephone
+44 1217046800
Country
United Kingdom
NUTS code
UKG32 - Solihull
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
SOL - The Supply & Installation of Cremator & Ancillary Equipment
two.1.2) Main CPV code
- 42350000 - Cremators
two.1.3) Type of contract
Supplies
two.1.4) Short description
The procurement is for the provision of two phases under two contracts to be entered into by the successful Contractor:-
i) Phase 1: Delivery Contract for cremator, charger and associated ancillary equipment (the "cremator system")
Phase 1 is for the demolition, removal and disposal of the existing cremator and the subsequent procurement of a new cremator, charger and accompanying ancillary equipment (the "cremator system"), related design services and works to be carried out by the Contractor. The design for the cremator system should take into account the possible procurement by the Council at a later date of compatible mercury abatement equipment and potentially a second cremator; and
ii) Phase 2: Maintenance Contract in relation to the Cremator, charger and associated ancillary equipment.
Phase 2 is for a contract for 15 years all inclusive maintenance services (both scheduled and fault call-out, all parts, materials and labour included) with an option for the Council to extend the maintenance term by a further period, or periods, of up to a total of five more years.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 98371111 - Cemetery maintenance services
- 98371120 - Cremation services
two.2.3) Place of performance
NUTS codes
- UKG32 - Solihull
two.2.4) Description of the procurement
The procurement is for the provision of two phases under two contracts to be entered into by the successful Contractor:-
i) Phase 1: Delivery Contract for cremator, charger and associated ancillary equipment (the "cremator system")
Phase 1 is for the demolition, removal and disposal of the existing cremator and the subsequent procurement of a new cremator, charger and accompanying ancillary equipment (the "cremator system"), related design services and works to be carried out by the Contractor. The design for the cremator system should take into account the possible procurement by the Council at a later date of compatible mercury abatement equipment and potentially a second cremator; and
ii) Phase 2: Maintenance Contract in relation to the Cremator, charger and associated ancillary equipment.
Phase 2 is for a contract for 15 years all inclusive maintenance services (both scheduled and fault call-out, all parts, materials and labour included) with an option for the Council to extend the maintenance term by a further period, or periods, of up to a total of five more years.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
240
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
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 August 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 August 2022
Local time
1:00pm
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
Royal Courts of Justice
London
Country
United Kingdom