Tim Ratcliffe has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | St Andrew's Church, Ryton |
Notice type: | Contract Notice |
Authority: | Tim Ratcliffe |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Relaying of tower, nave and north aisle roofs, plus associated stone repairs |
Published: | 06/02/2013 21:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Tim Ratcliffe Associates
Cambrian House, Nantmawr, Oswestry, SY10 9HL, United Kingdom
Tel. +44 1691829240, Email: trassociates@btconnect.com
Attn: Tim Ratcliffe
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Other: Historic Building Repair
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: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: St Andrew's Church, Ryton
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKG21 - Telford and Wrekin
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Buildings of particular historical or architectural interest. Relaying of tower, nave and north aisle roofs, plus associated stone repairs
II.1.6)Common Procurement Vocabulary:
45212350 - Buildings of particular historical or architectural interest.
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:
Not Provided
Estimated value excluding VAT: 80,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 3 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Proof of relevant conservation experience on listed buildings
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 5
Objective Criteria for choosing the limited number of candidates:
Level of experience on historic buildings using traditional craft skills (e.g. stone-cutting, lime mortar repairs, etc)
IV.2)Award Criteria
IV.2.1)Award criteria:
Lowest price
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/03/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=49678617
GO-201326-PRO-4568235 TKR-201326-PRO-4568234
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
English Heritage
1 Waterhouse Square,, 138-142 Holborn,, London, EC1N 2ST, United Kingdom
Tel. +44 2079733000
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 06/02/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Oswestry: Buildings of particular historical or architectural interest.
I.1)Name, Addresses and Contact Point(s):
Tim Ratcliffe Associates
Cambrian House, Nantmawr, Oswestry, SY10 9HL, United Kingdom
Tel. +44 1691829240, Email: trassociates@btconnect.com
Attn: Tim Ratcliffe
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
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: St Andrew's Church, Ryton
II.1.2)Type of contract and location of works:
WORKS
Execution
Region Codes: UKG21 - Telford and Wrekin
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Buildings of particular historical or architectural interest. Relaying of tower, nave and north aisle roofs, plus associated stone repairs
II.1.5)Common procurement vocabulary:
45212350 - Buildings of particular historical or architectural interest.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: Lowest price
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 06/06/2013
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Treasure & Son Ltd
Postal address: Temeside
Town: Ludlow
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 300,000
Currency: GBP
Total final value of the contract
Value: 258,037
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Not Provided
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=66367798
GO-201375-PRO-4933695 TKR-201375-PRO-4933694
VI.3.1)Body responsible for appeal procedures:
English Heritage
1 Waterhouse Square,, 138-142 Holborn,, London, EC1N 2ST, United Kingdom
Tel. +44 2079733000
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 05/07/2013