Opportunity

Contract for Phase 1 services/works for the Cultural Heart Programme

  • Kirklees Council

F02: Contract notice

Notice reference: 2023/S 000-001440

Published 17 January 2023, 3:30pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall, Ramsden Street

HUDDERSFIELD

HD1 2TA

Contact

Corporate Procurement

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.kirklees.gov.uk

Buyer's address

https://yortender.eu-supply.com/login.asp?B=YORTENDER

one.3) Communication

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

https://yortender.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com/login.asp?B=YORTENDER

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

Contract for Phase 1 services/works for the Cultural Heart Programme

Reference number

KMCCD-021

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Through a restricted procedure Kirklees Council is looking to enter into a contract with an economic operator to deliver the detailed design and construction of the Phase 1 works for the Cultural Heart Programme.

The successful economic operator will initially be appointed by Kirklees Council via the Pre-Construction Services Agreement (PCSA) forming part of the Procurement Documents.

The design and price will develop concurrently during the delivery of the PCSA Services and will conclude with the finalisation and agreement of a JCT Design and Build Contract 2016 with amendments as set out in the Procurement Documents.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Huddersfield Town Centre

two.2.4) Description of the procurement

Scope of Works for Phase 1:

Phase 1 of the Cultural Heart programme comprises the part demolition and redevelopment of the former Queensgate Market Hall (Grade II Listed) and surrounding area to form a new library, commercial food hall, outdoor events space and improved University links. These works will also require localised adaptation of the existing services tunnels, located below the Queensgate market and Piazza Shopping Centre below and all associated service infrastructure. Public realm works will also be required between buildings and the event space.

Within the above works the Market Hall is proposed to be sensitively adapted, refurbished and extended in order to provide accommodation for a new library and commercial food hall. Proposed works to existing buildings include demolition, with exposure of the existing market column and roof structure, and an extension to form the new library. In addition sections of the existing Piazza shopping centre, considered of lesser quality, are to be demolished as part of the works in order to create the events square.

The above scope of works and services is a broad categorisation rather than exhaustive. Bidders should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services.

The actual scope of works and services required may also be narrower than that set out above.

The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying procurement documents, available as set out in Section 1.3.

Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and bidders should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice).

To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

25

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Selection criteria for the questions are provided in the Procurement Document

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Duration in months: 25 months (PCSA 5 months, construction contract 20 months).

This is the estimated duration for the contract. The actual duration of the contract will be the length of time needed to deliver the scope as outlined at II.2.4, which may exceed 25 months.


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

In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii) Regulations 57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the selection questionnaire ("SQ") available from the address as set out in Section (I.1) of this notice above, the Council of the Borough of Kirklees acting as the principal contracting authority reserves the right to refuse any economic operator's application and to exclude its tender from the evaluation in any of the circumstances as follows:-

(i) in the event the completed SQ, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the SQ or any of the other Tender Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015 (SI 2015/102), which requires or permits the principal contracting authority not to select or to treat any economic operator as an ineligible economic operator; and/or (iii) economic operators scoring "Fail" in the SQ will not be selected for consideration of their tender submission.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Procurement Documents which are available at:

https://yortender.eu-supply.com/login.asp?B=YORTENDER

three.1.3) Technical and professional ability

List and brief description of selection criteria

Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Procurement Documents which are available at:

https://yortender.eu-supply.com/login.asp?B=YORTENDER

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the Procurement Documents


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: Yes

four.2) Administrative information

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

Date

16 February 2023

Local time

12:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)


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

i) To express an interest in this procurement please register at: -

https://yortender.eu-supply.com/login.asp?B=YORTENDER

ii) Expressions of interest must be submitted from the candidates' registered office address by

the deadline set out in IV2.2. above and in accordance with the instructions set out in the

Selection Questionnaire.

iii) The procurement timetable set out in the Procurement Documents is indicative only and

Kirklees Council reserves the right to change and/or amend it at their sole discretion.

iv) The estimates given in Section II.1.5 and II.2.5 of this Notice are strictly estimated values

only.

v) Furthermore, please note that estimates given in Section II.1.5 and II.2.5 of this Notice are based on third party estimates and the principal contracting authority gives no warranty as to the accuracy to said data.

vi) Right to Cancel - Kirklees Council reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract and does not bind itself to accept the lowest tender, or any tender received, and reserve the right to award the contract in part, or to call for new tenders should it consider this necessary.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand, Westminster

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures in accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contract Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the contract is communicated to economic operators.

This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award (or non-award) of the contract. Such additional information can be requested from the address at Sections I.1 and I.3 of this Notice above.

If an appeal regarding the award (or non-award) of the contract is not successfully resolved, then the Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen.

The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If, however the contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.