Tender for Supply and Installation of Cremators
Contract for Design, Manufacture, Supply, Installation and commissioning of Cremators.
United Kingdom-Durham: Cremators
2016/S 046-075623
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Richard Carroll
DH1 5UL Durham
UNITED KINGDOM
E-mail: richard.carroll@durham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
Electronic access to information: http://www.nepoportal.org
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
I.3)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
42350000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
appropriate security. Further details will be set out in the tender documents if relevant.
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:
legal form or to require a single provider to take primary liability or to require each party to undertake joint and
several liability. If relevant further details will be set out in the tender documents.
III.1.4)Other particular conditions
Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the
course of all it’s commissioning and procurement activities.
In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
2015 and as set in the Invitation to Tender (ITT) available from the NEPO portal as detailed in
section VI.3.
III.2.2)Economic and financial ability
and Regulation 58 of the Public Contracts Regulations
2015 and as set in the Invitation to Tender
(ITT) available from the NEPO portal as detailed in
section VI.3.
Minimum level(s) of standards possibly required: As outlined in the Invitation to Tender (ITT) tender documentation available from the NEPO portal
as detailed in section VI.3.
III.2.3)Technical capacity
In accordance with article 58 of Directive 2014/24/
EU of the Euporean Parliament and of the Council and Regulation 58 of the Public Contracts
Regulations 2015 and as set in the invitation to Tender (ITT) available from the NEPO portal as
detailed in section VI.3.
Minimum level(s) of standards possibly required:
Bidders must successfully pass Parts B-F of the
ITT (in line with the evaluation criteria set out in
the ITT documents) to have their responses to the
Technical Questions in Part G of the ITT and the Pricing Schedules in Part H evaluated.
Parts B-F include grounds for exclusion;
Insurance; health and safety, equality and diversity and
essential criteria.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note this Tender is being advertised on Durham County Council’s E-tendering system. Organisations can
register electronically for the documents via http://www.nepoportal.org/ Then access the supplier’s area, select
Durham and input — A7NK-PCK1V5.
VI.4.2)Lodging of appeals
is communicated to bidders. That notification will provide full information on the award decision. The standstill
period which will be for a minimum of 10 calendar days, provides time for the unsuccessful bidders to challenge
the award decision before the contract is entered into. The Public Regulations 2015 provide the aggrieved
parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court
(England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: