Northwood Cemetery Heritage Project
The repair and conservation of 2 listed cemetery Chapels and associated builders work.
United Kingdom-Cowes: Building construction work
2016/S 005-004571
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Friends of Northwood Cemetery
194 Newport Road
For the attention of: The Secretary
PO31 7NU Cowes
UNITED KINGDOM
Telephone: +44 1983298445
E-mail: secretary@friendsofnorthwoodcemetery.org.uk
Internet address(es):
General address of the contracting authority: www.friendsofnorthwoodcemetery.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA35430
Electronic access to information: www.friendsofnorthwoodcemetery.org.uk
Further information can be obtained from: Radley House Partnership Ltd
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Radley House Partnership Ltd
Radley House, 8 St Cross Road
For the attention of: Jeremy Poll
SO23 9HX Winchester
UNITED KINGDOM
Telephone: +44 1962842228
Tenders or requests to participate must be sent to: Radley House Partnership Ltd
Radley House, 8 St Cross Road
For the attention of: Jeremy Poll
SO23 9HX Winchester
UNITED KINGDOM
Telephone: +44 1962842228
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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
Execution
Main site or location of works, place of delivery or of performance: Cowes, Isle of Wight.
NUTS code UKJ34
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)
The repair and conservation of 2 listed cemetery Chapels and associated builders work. The projects includes the specialist piling and under-pinning of the historic buildings, full refurbishment and reconstruction of a small extension. Experience in the sensitive repair of historic buildings is essential.
Note: To register your interest in this notice and obtain any additional information, please visit the myTenders web site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=168270
II.1.6)Common procurement vocabulary (CPV)
45210000, 45212350, 92522200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 750 000 and 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Demonstrable experience in the management and delivery of historic building repair contracts.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person (s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 15.2.2016 – 12:00
Place:
Radley House, Winchester, SO23 9HX, UK.
Section VI: Complementary information
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Radley House Partnership Ltd
Radley House, 8 St Cross Road
PO18 9EU Winchester
UNITED KINGDOM
E-mail: admin@radleyhouse.co.uk
VI.5)Date of dispatch of this notice: