Scope
Description
Project Overview
Canterbury City Council is commissioning a refurbishment and upgrade project at Kings Hall, Herne Bay. The scope includes:
Fabric Repairs: Essential repairs to the building envelope and internal finishes to preserve the historic character and ensure long-term durability.
Mechanical & Electrical Services: Upgrading/renewal of existing systems to meet modern standards for energy efficiency, safety, and operational performance.
Remodeling: To improve functionality and address previous unsympathetic alterations. This building supports externally accessible public toilets as well as venue facilities. CCC has developed concept designs which are considered close to meeting our requirements which include:
Creating an attractive destination seafront bar/cafe separate, yet available to the main hall.
Improving the main hall and backstage areas, including modernising acoustics and seating to attract more commercially successful shows.
Exploring opportunities to increase the capacity of the main hall.
The architect will be appointed as Lead Consultant and will be responsible for:
Reviewing and developing CCC's concept designs.
* Forming, leading and coordinating a full design team to deliver a complete Turnkey Service. Identifying all necessary sub-consultants (e.g., structural, civil, M&E engineers, and any other specialists) Appointing the team directly.
** Advising on and arranging any additional surveys required to bring the project to completion.
Producing all required outputs in line with the RIBA Plan of Work, from Stage 2 through to Stage 7.
Delivering a complete design package suitable for procurement via the Kent Business Portal.
Supporting CCC's appointed Quantity Surveyor throughout the project lifecycle.
Under the CDM Regulations 2015, CCC is the Client and has appointed a Quantity Surveyor. The architect will be expected to act as Principal Designer. If the architect does not have the capability to act as Principal Designer, they must propose a suitably qualified party to fulfil this role and include associated fees in their submission.
*CCC is seeking a complete design package, including any structural, M&E and other requirements. If the architect does not have the relevant engineering and other expertise in-house CCC requires them to propose a design team, including these consultants, to allow them to deliver a complete 'Turnkey Service'. Engineering services and all other sub-consultant's fees should therefore be included in this tender submission. All necessary consultants are to be appointed directly by the Architect.
**The architect should provide details of any additional surveys, including costs, required to complete the project in their tender submission.
To view this notice, please click here:
https://www.kentbusinessportal.org.uk/delta/viewNotice.html?noticeId=1005248738
Total value (estimated)
- £160,000 excluding VAT
- £192,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- 2 years
Main procurement category
Services
CPV classifications
- 71200000 - Architectural and related services
Contract locations
- UKJ4 - Kent
Participation
Legal and financial capacity conditions of participation
Please see suite of Invitation to tender documents for information
Technical ability conditions of participation
Please see suite of Invitation to tender documents for information
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
6 February 2026, 12:00pm
Submission type
Tenders
Tender submission deadline
9 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
9 March 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Criterion 1 | Price | 60% |
| Criterion 2 | Quality | 40% |
Other information
Payment terms
Please see suite of Invitation to tender documents for information
Description of risks to contract performance
Please see suite of Invitation to tender documents for information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
There will be an evaluation of scored quality questions which are weighted 30% and price 60%. The combined evaluation will take place and those tenderers who can win the tender with the 10% weighting for the interview when added to their score will be invited to attend an interview.
Contracting authority
Canterbury City Council
- Public Procurement Organisation Number: PXJX-9843-DLGM
14 Rose Lane, 14 Rose Lane
Canterbury
CT1 2UR
United Kingdom
Telephone: 01227862000
Region: UKJ44 - East Kent
Organisation type: Public authority - sub-central government