Construction Contract Leads
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 17th Nov 2023
Reference | ocds-h6vhtk-041ad0 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Competitive procedure with negotiation |
Value | £4,500,000 |
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 17th Nov 2023
Reference | ocds-h6vhtk-041ad0 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Competitive procedure with negotiation |
Value | £4,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Ashbourne Methodist Church
Church Street
Ashbourne
DE6 1AE
Contact
Tom Birch
tom.birch [at] greenwoodprojects.com
Telephone
+44 1543414777
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.ashbournemethodist.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42946
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Other type
The Methodist Church
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Ashbourne Methodist Church
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
Ashbourne Methodist Church is seeking tenders from a main contractor to deliver the ‘Link Community Hub Project’ to the Grade II Listed Ashbourne Methodist Church. The Link Community Hub project is part of the wider Ashbourne Reborn Programme, to revitalise the centre of Ashbourne and develop wider community links. The main construction works are a large, 2-storey new glass link structure to join the existing site structures and various works within each building including re-roofing, renovation, external landscaping, and a mechanical/electrical overhaul.
II.1.5) Estimated total value
Value excluding VAT: £4,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45212360 - Religious buildings construction work
- 45212361 - Church construction work
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKF1 - Derbyshire and Nottinghamshire
II.2.4) Description of the procurement
The aim of the PQQ is to establish a shortlist of at least three suitably-qualified Contracting Companies to whom the Invitation To Tender (ITT) for the capital works as detailed in can be issued.
The four highest-scoring, compliant submissions will be Invited To Tender (ITT).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £4,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 April 2024
End date
12 August 2025
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The PQQs have a detailed scoring criteria, which is set out on the PQQ document available for download.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see the PQQ documents issued in conjunction with this tender notice.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
18 December 2023
Local time
5:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 January 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230767.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230767)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit