By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Crematorium Consultancy.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Welwyn Hatfield Borough Council
The Campus
Contact point(s): Procurement
For the attention of: Andrew Harper
AL8 6AE Welwyn Garden City
UNITED KINGDOM
Telephone: +44 1707357371
E-mail:

Internet address(es):

General address of the contracting authority: www.welhat.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Crematorium Consultancy.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKH23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Welwyn Hatfield Borough Council is inviting tenders from suitably qualified and experienced organisations to Project Manage the construction of a new Crematorium at the Council's main Cemetery in Southway, Hatfield.
The successful Consultant will supply the following services:
- Overall Project Management;
- Drafting and submission of planning application including all professional services to facilitate this submission;
- All professional (building) services including:
a) Architectural and Landscaping;
b) Planning Services:
- Mechanical and Electrical Services Engineer (to include all Audio Visual requirements and Data and Network Cabling);
- Lighting Engineer;
- Structural Engineer;
- Acoustician;
- Principal Designer Services (CDM 2015 Regulations);
- Clerk of Works Services;
- Quantity Surveyor;
- Budget Monitoring and Management (including authorities to pay);
- Management of council nominated sub Contractors;
The total Construction Value, including all contingencies is estimated at 3 000 000 GBP. A detailed breakdown of costs and scope will be provided to registered interested parties on a confidential basis.
II.1.6)Common procurement vocabulary (CPV)

98371100, 71221000, 98371120, 71240000, 71220000, 71356400

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 200 000 and 300 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.2.2016. Completion 30.11.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the tender document.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
Minimum level(s) of standards possibly required: As detailed in the tender document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the tender document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
C716
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 23.11.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.11.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Welwyn Hatfield BC
The Campus
AL8 6AE Welwyn Garden City
UNITED KINGDOM
Telephone: +44 1707357000

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.10.2015

Other interesting websites