Opportunity

ST THOMAS'S CHURCH, RYDE FOR NETWORK RYDE CHURCH CLOCK RESTORATION AND CONSERVATION

  • Ryde Town Council

F02: Contract notice

Notice reference: 2023/S 000-005342

Published 22 February 2023, 3:57pm



Section one: Contracting authority

one.1) Name and addresses

Ryde Town Council

10 Lind Street

Ryde

PO33 2NQ

Contact

Tim Wander

Email

Timwander@compuserve.com

Country

United Kingdom

NUTS code

UKJ - South East (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.rydetowncouncil.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.contractsfinder.service.gov.uk/Notice/1b7a4bfe-b81e-473e-950b-86f835205351

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ST THOMAS'S CHURCH, RYDE FOR NETWORK RYDE CHURCH CLOCK RESTORATION AND CONSERVATION

Reference number

ST04

two.1.2) Main CPV code

  • 39254000 - Horology

two.1.3) Type of contract

Supplies

two.1.4) Short description

This project is intended to conserve, clean, preserve, restore and protect the rare church clock within the grade II listed church.

Clock Notes and Description

In compliance with conservation best practice the clock is considered capable of being restored to its original hand wound bell strike configuration of 1827.

It can also be restored as a mechanically or automatically wound time piece reverting to the position established in 1997.

The clock is a cast iron two train gravity birdcage approximately 38" x 36" x19", driving a single dial with an hourly strike.

The going train has a 12"x12" wood barrel with brass cap ends legended with the maker's name. It has some 1.5mm galvanized wire rope and a power reserve. There is a winding handle present.

Attached to the going train is a Thwaites and Reed climbing monkey auto winder.

The escapement is an anchor with a 7" escape wheel.

The pendulum is approximately 11' 5" total and has a wood rod and cast iron lenticular bob 13" in diameter with a rating nut below.

The setting dial is silvered brass with the legend "Made by John Moore & Son Clerkenwell London 1827". This is the year the church was built. John Moore was apprenticed to Thwaites & Reed and his business was incorporated into Thwaites & Reed in 1899. It was normal for Moore's to purchase their clocks from Thwaites.

There is a repair plate with the legend "Clock restored and automatic winder supplied and fitted by Thwaites & Reed 1997."

The strike train has a 12"x12" wood barrel with brass cap ends. There is some 2.5mm galvanised wire rope.

Viewed from ground level the dial is convex hand planished copper with ribbed copper hands. The minute hand is externally counterpoised.

It has a ratchet fly.

The going train weight is a 7" high 7.5" diameter cast iron cylinder with an embedded eye carrier.

The strike train weight is a 8" high x 8.5" diameter cast iron cylinder with an embedded eye carrier and a bow shackle.

NB. The hammer work is missing and the bells have been removed and the strike function is not working. It is not intended to replace or restore these. Further no form of electronic bell is required.

The weight shafts do not have impact beds

Regardless of the drive unit options, the dial and hands should be restored, redecorated with clockmakers enamel and re-guilded.

The dial and hand decoration is in very poor condition, but structurally sound.

The horse is a traditional wood frame.

The clock room is in a loft with a stairway and a narrow ladder access. The clock cupboard is complete with detachable sides for maintenance.

Access to the site is good. The clock has been left derelict and is covered in bird detritus but the mechanism had been covered with a tarpaulin and is relatively clean.

Conservation may be done in situ, but space is limited and it is assumed that the clock will be removed. External scaffolding is provided but not lifting equipment as may be required.

All work is to be done to conservation standards of English Heritage, Historic England, the United Kingdom Institute of Conservation - suppliers are expected to be able to provide a considerable expertise and long experience in this area.

If required a limited photographic package is available. However, interested parties are strongly advised to arrange a site visit to inspect the windows.

Email timwander@compuserve.com.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

FOR HERITAGE WORKS. CONSERVATION AND INTERPREATION.

Tender must include a work and method statement.

1. Package Overview

The project can be broken down into the following sections.

1. The copper clock face and hands must be restored requiring removal from the clock tower and disconnection from the main clock body. Scaffolding will be provided. the dial and hands should be restored, redecorated with clockmakers enamel and re-guilded and reinstated.

2. Cost to restore the clock to operational use preferably using an auto wind mechanism. The existing auto wind is now considered derelict. A full restoration of the original counter weights/bells is not required.

3. Cost to clean, preserve and conserve the clock for future generations preferably to a working/hand wind state - but not connected to the clock face.

4. Cost to provide an electric clock system connected to the restored clock face requiring minimal maintenance. To allow space the original clock may be moved to the heritage are for display within the church.

5. Cost for a 5 year, annual maintenance contract for above options.

2. Other Notes and Site Requirements.

2.1 All costs involved with ferry transport to be included if required.

2.2 All materials and consumable costs must be included. No

additional expenses will be covered.

2.3 Supplier is responsible for all elements of H&S involved with their works while on site.

2.4 Supplier personnel will be required to wear high visibility jackets, hard hats and safety equipment as appropriate while on site.

2.5 Suppliers personnel will be required to sign in on a daily basis and make their presence known to the site manager.

2.6 Note the earliest start date is May 2023.

3. Quotation to include

3.1 Relevant experience / track record in this area.

3.2 The completed due diligence form.

3.3 Any additional relevant information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 May 2023

End date

31 March 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

14 March 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Ryde Town Council

Ryde

Country

United Kingdom