Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
UK
E-bost: procurementops@southend.gov.uk
NUTS: UKH31
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.southend.gov.uk/
Cyfeiriad proffil y prynwr: http://www.southend.gov.uk/
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://procontract.due-north.com/Advert/Index?advertId=b8f00d04-3713-ed11-8117-005056b64545
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://procontract.due-north.com/Advert/Index?advertId=b8f00d04-3713-ed11-8117-005056b64545
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
SCC - Prj 1673 Back of House Refurbishment to Southend Crematorium
Cyfeirnod: DN610802
II.1.2) Prif god CPV
45453100
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
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
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 700 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45000000
II.2.3) Man cyflawni
Cod NUTS:
UKH31
II.2.4) Disgrifiad o’r caffaeliad
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
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality Questions
/ Pwysoliad: 40%
Price
/ Pwysoliad:
60%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 700 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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 III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
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.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
17/10/2022
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
17/10/2022
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Southend-on-Sea City Council
Corporate Procurement, 8th Floor, Civic Centre, Victoria Avenue
Southend-on-Sea
SS2 6ER
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Public Procurement Review Services
London
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
05/09/2022