Supply of Crematorium Equipment London
Hendon Crematorium – New Cremators and Flue Gas Treatment Plant.
UK-London: installation services of electrical and mechanical equipment
2012/S 82-135000
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Barnet
North London Business Park, Oakleigh Road South
For the attention of: Matt Waters
N11 1NP London
UNITED KINGDOM
Telephone: +44 2083592000
E-mail: matthew.waters@barnet.gov.uk
Internet address(es):
Address of the buyer profile: www.barnet.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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKI21
Installation services of electrical and mechanical equipment. London Borough of Barnet has a requirement for the replacement of cremators and flue gas treatment plant at Hendon Crematorium. This piece of work relates specifically to the need of replacing the current cremators with new mercury abated models with the requirement to covers design, supply and installation of abated cremators and ancillary equipment. Further clarification on project detail can be attained from Matt Waters, email: matthew.waters@barnet.gov.uk.
51100000
Section III: Legal, economic, financial and technical information
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct,
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work,
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities,
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate,
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work,
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract,
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract,
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract,
(k) With regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Place:
Procure4 London e-tendering portal.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
The information and/or documents for this opportunity are available on procure4london.com.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code C724567ACV.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 12noon on the 18.6.2012. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Procure4london Helpdesk on call +44 8452707098 or email helpdesk@procure4london.com GO Reference: GO-2012425-PRO-3880233.
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:25.4.2012