Tender

SCC - Prj 1673 Back of House Refurbishment to Southend Crematorium

  • Southend-on-Sea Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-024838

Procurement identifier (OCID): ocds-h6vhtk-0365e4

Published 5 September 2022, 3:43pm



Section one: Contracting authority

one.1) Name and addresses

Southend-on-Sea Borough Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

Email

procurementops@southend.gov.uk

Country

United Kingdom

Region code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=b8f00d04-3713-ed11-8117-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=b8f00d04-3713-ed11-8117-005056b64545

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

SCC - Prj 1673 Back of House Refurbishment to Southend Crematorium

Reference number

DN610802

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

Southend on Sea City Council are carrying out this procurement in the form of an Open Tender for the provision of the Back of House Refurbishment works to Southend Crematorium in order to accommodate 3 new Cremators and associated plant. The manufacture, supply, and installation of the 3 new cremators, associated plant and temporary external cremator will be carried out by Facultatieve Technologies (FT) who have been appointed by SCC under a JCT 2016 Design and Build Contract. It is a condition of this tender that the contract with FT will be novated over to the successful Contractor once they are appointed.

The refurbishment works includes the replacement of the three existing cremators and plant including a temporary external cremator to allow the crematorium to operate during the works (to be carried out by FT). It will also include the demolition of the existing brick chimney, renewal of the flat roof coverings, and structural and internal alterations to the internal spaces to create a more efficient work environment.

The contract will be let under JCT 2016 Design and Build Contract with Employers Requirements, drawings, contract sum analysis, building specification, mechanical and electrical specification, and structural specification. The contractor will be expected to complete the detailed design of RIBA Stages 4 to 7 as outlined in the specification and accompanying tender documents

two.1.5) Estimated total value

Value excluding VAT: £2,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Southend on Sea City Council are carrying out this procurement in the form of an Open Tender for the provision of the Back of House Refurbishment works to Southend Crematorium in order to accommodate 3 new Cremators and associated plant. The manufacture, supply, and installation of the 3 new cremators, associated plant and temporary external cremator will be carried out by Facultatieve Technologies (FT) who have been appointed by SCC under a JCT 2016 Design and Build Contract. It is a condition of this tender that the contract with FT will be novated over to the successful Contractor they are appointed.

The refurbishment works includes the replacement of the three existing cremators and plant including a temporary external cremator to allow the crematorium to operate during the works (to be carried out by FT). It will also include the demolition of the existing brick chimney, renewal of the flat roof coverings, and structural and internal alterations to the internal spaces to create a more efficient work environment.

The contract will be let under JCT 2016 Design and Build Contract with Employers Requirements, drawings, contract sum analysis, building specification, mechanical and electrical specification, and structural specification. The contractor will be expected to complete the detailed design of RIBA Stages 4 to 7 as outlined in the specification and accompanying tender documents

two.2.5) Award criteria

Quality criterion - Name: Quality Questions / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £2,700,000

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

Duration in months

12

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

two.2.14) Additional information

This procurement process will be conducted electronically via the Council's e-tender facility Procontract: https://procontract.due-north.com under Reference no.: DN610802


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Before any tenderer is awarded the Contract, the Contracting Authority will require evidence as outlined in Regulation 58(8)(a), (16) and (18) - Economic and Financial Standing and Regulation 60 Means of Proof. The qualification criteria include a requirement for tenderers to demonstrate that they have a minimum financial turnover of 3,000,000 GBP per annum.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Council will be using the CCS Standard Selection Questionnaire (with PAS91 updates) as well as contract-specific requirements as minimum levels of standards as outlined in the tender documents and e-tender questionnaires.

Tenderers will also be required to provide details of relevant experience (in the area and value of the contract) to establish that the company tendering can demonstrate the required professional ability to provide the refurbishment works required.

Tenderers will also be required to agree to employ the named sub-contractor for the manufacture, supply, and installation of the 3 new cremators and associated plant via a deed of novation as detailed within the 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

Date

17 October 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

17 October 2022

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

To view this opportunity please register free of charge on the Council's e-tendering portal on the following link https://procontract.due-north.com under Reference no.: DN610802, then look at 'My Opportunities' where you will be able to find, view and download all the tender documents. All clarifications and responses must be submitted via the e-tendering portal. The tender documents are only available from the Procontract site and are free of charge.

six.4) Procedures for review

six.4.1) Review body

Southend-on-Sea City Council

Corporate Procurement, 8th Floor, Civic Centre, Victoria Avenue

Southend-on-Sea

SS2 6ER

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Public Procurement Review Services

London

Country

United Kingdom