Award

STONEFALL CREMATORIUM CREMATOR REPLACEMENT CONSULTANCY/PROJECT MANAGEMENT

HARROGATE BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

AwardUpdate

19 Mar 2018 at 15:48

Tender

15 Jan 2018 at 16:45

Summary of the contracting process

Harrogate Borough Council is currently in the award stage of the procurement process for the project titled "Stonefall Crematorium Cremator Replacement Consultancy/Project Management." This open tender is focused on delivering architectural, construction, engineering, and inspection services within the cremation services industry. The tender, which ended on February 5, 2018, aims to engage contractors to assist with equipment replacement and project management at the crematorium site located in Harrogate, Yorkshire and the Humber. The contract period extends from March 5, 2018, to December 31, 2018, with a total value of £45,990.

This tender presents significant opportunities for businesses specialising in consultancy and project management within the construction and engineering sectors. Companies that excel in feasibility studies, contract management, and have experience in CDM regulations will find this project particularly advantageous. Small and medium-sized enterprises (SMEs) are encouraged to apply, leveraging their agility and expertise to compete effectively against larger firms in delivering comprehensive project solutions for Harrogate Borough Council.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

STONEFALL CREMATORIUM CREMATOR REPLACEMENT CONSULTANCY/PROJECT MANAGEMENT

Notice Description

Harrogate Borough Council (HBC) is seeking to appoint a specialist consultant and project manager to help with all aspects of replacing the existing cremators at their Stonefall Crematorium site. The works will include, but not be limited to: 1) Review the existing service and equipment to complete a feasibility study and recommend a preferred solution meeting the anticipated growth in cremation services and changing population over the next 20 years. 2) Produce a detailed designed solution around the agreed preferred solution which can be used as part of an impartial tender process. 3) Assess the procurement route including potential to use an existing framework agreement 4) Should a Restricted procedure be selected produce a Pre-Qualifying Questionnaire (PQQ) to narrow the potential field of cremator manufacturers capable of delivering a product to the expected standard required. Include an evaluation matrix to evaluate the bids for ability and quality. 5) Produce an Invitation to Tender (ITT) document that the successful manufacturers can submit a bid against. Include an evaluation matrix to evaluate the bids for price, life time operating costs, and quality. 6) Assist with all PQQ and ITT evaluations to select a preferred manufacturer and/or contractor(s). 7) Recommend a form of contract and/or produce a bespoke form of contract as necessary including liquidated damages, retention, contract period and specific contract clauses relative to the site and project. 8) CDM. The consultant/project manager must act a Principal Designer under CDM regulation 2015. If the contract is not managed under a main contractor the project manager must act as the Principal Contractor as CDM 2015. 9) Contract management including monitoring site progress, chair and minute pre-contract and contract meetings and co-ordinate all trades if not managed under a single main contractor. 10) Witness the commissioning of the installation and check against contract requirements. Report snags and defects and monitor to completion. 11) Approve contractor interim payment certificates against progress and equipment installed on site. 12) Check staff training, Operation and Maintenance (O&M) manuals, drawings and guides are fit and accurate for the operation of the equipment installed. 13) Sign off all works at the end the defect period as being satisfactory, before agreeing final payment of any retention fees.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f53c20a4-d2d4-4518-a14a-f001c6d9a78d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/6eb95572-2254-4b49-86f4-767ded543ad2
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Not specified
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

71 - Architectural, construction, engineering and inspection services


CPV Codes

42350000 - Cremators

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£45,990 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20187 years ago
Submission Deadline
5 Feb 2018Expired
Future Notice Date
Not specified
Award Date
22 Feb 20188 years ago
Contract Period
5 Mar 2018 - 31 Dec 2018 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HARROGATE BOROUGH COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HARROGATE
Postcode
HG1 2SG
Post Town
Harrogate
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE22 North Yorkshire
Delivery Location
TLE Yorkshire and The Humber

Local Authority
North Yorkshire
Electoral Ward
Valley Gardens & Central Harrogate
Westminster Constituency
Harrogate and Knaresborough

Supplier Information

Number of Suppliers
1
Supplier Name

NPS PROPERTY CONSULTANTS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-f53c20a4-d2d4-4518-a14a-f001c6d9a78d-2018-03-19T15:48:16Z",
    "date": "2018-03-19T15:48:16Z",
    "ocid": "ocds-b5fd17-f53c20a4-d2d4-4518-a14a-f001c6d9a78d",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "HARBC001-DN317922-10832666",
        "title": "STONEFALL CREMATORIUM CREMATOR REPLACEMENT CONSULTANCY/PROJECT MANAGEMENT",
        "description": "Harrogate Borough Council (HBC) is seeking to appoint a specialist consultant and project manager to help with all aspects of replacing the existing cremators at their Stonefall Crematorium site. The works will include, but not be limited to: 1) Review the existing service and equipment to complete a feasibility study and recommend a preferred solution meeting the anticipated growth in cremation services and changing population over the next 20 years. 2) Produce a detailed designed solution around the agreed preferred solution which can be used as part of an impartial tender process. 3) Assess the procurement route including potential to use an existing framework agreement 4) Should a Restricted procedure be selected produce a Pre-Qualifying Questionnaire (PQQ) to narrow the potential field of cremator manufacturers capable of delivering a product to the expected standard required. Include an evaluation matrix to evaluate the bids for ability and quality. 5) Produce an Invitation to Tender (ITT) document that the successful manufacturers can submit a bid against. Include an evaluation matrix to evaluate the bids for price, life time operating costs, and quality. 6) Assist with all PQQ and ITT evaluations to select a preferred manufacturer and/or contractor(s). 7) Recommend a form of contract and/or produce a bespoke form of contract as necessary including liquidated damages, retention, contract period and specific contract clauses relative to the site and project. 8) CDM. The consultant/project manager must act a Principal Designer under CDM regulation 2015. If the contract is not managed under a main contractor the project manager must act as the Principal Contractor as CDM 2015. 9) Contract management including monitoring site progress, chair and minute pre-contract and contract meetings and co-ordinate all trades if not managed under a single main contractor. 10) Witness the commissioning of the installation and check against contract requirements. Report snags and defects and monitor to completion. 11) Approve contractor interim payment certificates against progress and equipment installed on site. 12) Check staff training, Operation and Maintenance (O&M) manuals, drawings and guides are fit and accurate for the operation of the equipment installed. 13) Sign off all works at the end the defect period as being satisfactory, before agreeing final payment of any retention fees.",
        "datePublished": "2018-01-15T16:45:01Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "42350000",
                "description": "Cremators"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2018-02-05T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-02-19T00:00:00Z",
            "endDate": "2018-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/6eb95572-2254-4b49-86f4-767ded543ad2",
                "datePublished": "2018-01-15T16:45:01Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Advert",
                "url": "https://procontract.due-north.com/Advert?advertId=911f7fe0-12fa-e711-80ea-005056b64545"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-9658",
            "name": "Harrogate Borough Council",
            "identifier": {
                "legalName": "Harrogate Borough Council"
            },
            "address": {
                "streetAddress": "Council Offices, Crescent Gardens",
                "locality": "Harrogate",
                "postalCode": "HG1 2SG",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "procurement@harrogate.gov.uk",
                "telephone": "+44 1423500600"
            },
            "details": {
                "url": "http://www.harrogate.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-58734",
            "name": "NPS Property Consultants Ltd",
            "identifier": {
                "legalName": "NPS Property Consultants Ltd"
            },
            "address": {
                "streetAddress": "NR7 0HR"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-9658",
        "name": "Harrogate Borough Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-f53c20a4-d2d4-4518-a14a-f001c6d9a78d-1",
            "status": "active",
            "date": "2018-02-22T00:00:00Z",
            "datePublished": "2018-03-19T15:48:16Z",
            "value": {
                "amount": 45990,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-58734",
                    "name": "NPS Property Consultants Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-03-05T00:00:00Z",
                "endDate": "2018-12-31T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/6eb95572-2254-4b49-86f4-767ded543ad2",
                    "datePublished": "2018-03-19T15:48:16Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "Advert",
                    "url": "https://procontract.due-north.com/Advert?advertId=911f7fe0-12fa-e711-80ea-005056b64545"
                }
            ]
        }
    ]
}