Section one: Contracting authority
one.1) Name and addresses
Exeter Cathedral
1 The Cloisters
Exeter
EX1 1HS
Contact
Gemma Hammami
gemma.hammami@greenwoodprojects.com
Telephone
+44 7826699981
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.exeter-cathedral.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42946
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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
one.4) Type of the contracting authority
Other type
Cathedral
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Exeter Cathedral Cloister and Pearson Building
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Over 5 years, the team at Exeter Cathedral have produced a Masterplan for the Cathedral and its Precinct, addressing all change and development necessary to support their plans for liturgy and other activities.
This section of the Masterplan concentrates solely on the construction of a new Cloister Gallery and revisions to the Pearson Building.
two.1.5) Estimated total value
Value excluding VAT: £2,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45212314 - Historical monument or memorial construction work
- 45212350 - Buildings of particular historical or architectural interest
- 45212360 - Religious buildings construction work
- 45212361 - Church construction work
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
Exeter Cathedral EX1 1HS
two.2.4) Description of the procurement
The aim of the PQQ is to establish a shortlist of at least five suitably-qualified Contracting Companies to whom the Invitation to Tender (ITT) for the capital works as detailed in can be issued.
The six highest-scoring submissions will be invited to tender (ITT).
two.2.5) Award criteria
Quality criterion - Name: Interview / Weighting: 10
Quality criterion - Name: Programme & Construction Phase Plan / Weighting: 10
Quality criterion - Name: Company Information & Resources / Weighting: 5
Quality criterion - Name: Approach to NLHF Projects / Weighting: 15
Cost criterion - Name: Cost / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
25 July 2022
End date
28 July 2023
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This is an National Lottery Heritage Fund funded project.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 questions in Section 2 of the document titled '22 01 14 Exeter Cathedral PQQ'. This section contains 10 questions designed to assess the suitability of potential contractors to undertake the works.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
JCT Intermediate Building Contract with Contractor's Design.
A performance bond will be required.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 February 2022
Local time
12:00pm
Changed to:
Date
24 February 2022
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 15 April 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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=225092.
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:225092)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit