Trevor Edwards has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Masonry Repairs and Re-roofing St Mary’s Church Stoneleigh Warwickshire England |
Notice type: | Contract Notice |
Authority: | Trevor Edwards |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Works comprise of Sandstone masonry repairs and conservation and re-roofing the copper Nave roof. the works involve new substructure, insulation and a replacement ceiling in modern lime plaster. |
Published: | 02/09/2015 11:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Rector, PCC & churchwardens St Marys Church
St Mary's Church, Church lane, Stoneleigh, Warwickshire, Coventry, CV8 3DN, United Kingdom
Tel. +44 1789298877, Fax. +44 1789204399, Email: matt@hawkesedwards.com, URL: 1 Old Town, Stratford upon Avon Warwickshire CV37 6BG
Contact: Hawkes Edwards & Cave Chartered Architects, Attn: Matt Faber
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:
Other: Parochial Church Council
I.3) Main activity:
Recreation, culture and religion
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: Masonry Repairs and Re-roofing St Mary’s Church Stoneleigh Warwickshire England
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKG13 - Warwickshire
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:
Restoration work. Roofing materials. Masonry work. Plastering work. Works comprise of Sandstone masonry repairs and conservation and re-roofing the copper Nave roof. the works involve new substructure, insulation and a replacement ceiling in modern lime plaster.
II.1.6)Common Procurement Vocabulary:
45454100 - Restoration work.
44112500 - Roofing materials.
45262522 - Masonry work.
45410000 - Plastering work.
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:
Expressions of interest are invited from contractors with suitable skills and experience to undertake repairs to this Grade I Listed church.
Works comprise of Sandstone masonry repairs and conservation and re-roofing the copper Nave roof. the works involve new substructure, insulation and a replacement ceiling in modern lime plaster.
The works is being supported by the Heritage Lottery Fund. The approximate value of works is in the region of £295,000.00 excluding VAT.
All Contractors expressing an interest will be asked to complete a Pre Qualification Questionnaire.
Following assessment of the PQQ formal Tenders will be invited from a shortlist of not more than Five contractors.
Please note that contractors will be required to demonstrate they can provide the necessary Expertise, Craft and Management skills and should provide evidence of sensitive repair to ancient and historic buildings , undertaken with due care and respect. The Contractors should also provide details of working on similar scale ecclesiastical projects.
Contractors must be registered with the Construction industry Training Board.
Estimated value excluding VAT: 295,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 04/01/2016
Completion: 30/09/2016
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: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Please note that contractors will be required to demonstrate they can provide the necessary Expertise, Craft and Management skills and should provide evidence of sensitive repair to ancient and historic buildings , undertaken with due care and respect. The Contractors should also provide details of working on similar scale ecclesiastical projects.
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
(a) a list of the works carried out over the past five 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;
(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;
(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;
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: Not Provided
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
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: 02/10/2015
Time: 12:00
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 Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
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.Expressions are to be received no later than noon 11th September 2015. with the PQQ documents to be issued week commencing 14th September 2015.
Works are anticipated to start early 2016.
No liability or costs will be accepted for work involved in making any submissions and no guarantee of any contract will be offered.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=158841941
GO-201592-PRO-7012938 TKR-201592-PRO-7012937
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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: 02/09/2015
ANNEX A