Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
CPU1980 — Castle Archaeological Services.
Reference number: DN285763
II.1.2)Main CPV code
71351914
II.1.3)Type of contract
Services
II.1.4)Short description:
A series of archaeological services is required at Nottingham Castle in order to meet part of the planning conditions for planning application 16/01707/NFUL3 (redevelopment of Nottingham Castle).
— Excavation in the Outer Bailey.
— Monitoring of Works in the Caves.
— Monitoring and Recording of Standing Structures.
— Monitoring of Service Installation.
— Mitigation Works in the Service Courtyard.
— Monitoring of Installation of Adventure Equipment.
— Monitoring of Works within the Ducal Palace.
— Monitoring during Landscaping and Hardscaping.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKF
II.2.4)Description of the procurement:
A series of archaeological services is required at Nottingham Castle in order to meet part of the planning conditions for planning application 16/01707/NFUL3 (redevelopment of Nottingham Castle).
— Excavation in the Outer Bailey.
— Monitoring of Works in the Caves.
— Monitoring and Recording of Standing Structures.
— Monitoring of Service Installation.
— Mitigation Works in the Service Courtyard.
— Monitoring of Installation of Adventure Equipment.
— Monitoring of Works within the Ducal Palace.
— Monitoring during Landscaping and Hardscaping.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 14/08/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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)
IV.2.7)Conditions for opening of tenders
Date: 14/08/2017
Local time: 12:05
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
High Court of England and Wales
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
03/07/2017