Section one: Contracting authority
one.1) Name and addresses
Kala Sangam Arts Centre (KSAC)
St Peter's House, 1 Forster Square
Bradford
BD1 4TY
Contact
Richard Webster, DKP Consulting
Country
United Kingdom
Region code
UKE41 - Bradford
Companies House
03195878
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.dropbox.com/scl/fo/u24loiqa1bvbx0bdn1d6b/h?rlkey=v4zw41qdk2y0192pkxx7ees3y&dl=0
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
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kala Sangam Redevelopment Works
Reference number
3716
two.1.2) Main CPV code
- 45212320 - Construction work for buildings relating to artistic performances
two.1.3) Type of contract
Works
two.1.4) Short description
Kala Sangam Arts Centre (KSAC) is an intercultural arts venue based in Bradford city centre and is an Arts Council England (ACE) National Portfolio Organisation (NPO). It presents two seasons of diverse performances annually; engages children and adults through a range of classes, workshops and schools' activity; and delivers a year-round programme of artist development and support.
The building is one of very few professional arts spaces in the district, a true cultural hub. KSAC hosts work not seen on other stages in the North and a range of activity unique in Bradford. The organisation plays a national role in the development of dance and is the only venue in the North prioritising support for South Asian arts.
KSAC was previously Bradford's main Post Office and is a Grade II Listed building. Its redevelopment will be a key capital milestone of Bradford's UK City of Culture delivery in 2025, removing physical barriers and opening access to all throughout this important heritage building.
For more information, please see the Contractor Briefing Information Document which is part of the procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £5,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45212300 - Construction work for art and cultural buildings
- 45212350 - Buildings of particular historical or architectural interest
two.2.3) Place of performance
NUTS codes
- UKE41 - Bradford
Main site or place of performance
Kala Sangam Arts Centre,
St Peter's House, 1 Forster Square
Bradford
West Yorkshire
BD1 4TY
two.2.4) Description of the procurement
KSAC is seeking to appoint a main contractor for the redevelopment of its Grade 2 listed building, located in the centre of Bradford. The works comprise the remodelling and refurbishment of the building as follows:
• Internal structural alterations
• Formation of a new 200 seat theatre space on the ground floor.
• New layout for the existing studio theatre.
• A welcoming and spacious entrance foyer on the ground floor with direct access from the street through a new entrance, a modern reception area and box office.
• Provision of new multi-use spaces with potential for hosting meetings etc.
• Provision of new studio spaces
• Lift replacement x 2
• Partial roof replacement
• Creation of a new tenant area to accommodate BCB Radio on the ground floor with separate and controlled out of hours access.
The appointment of a Main Contractor is being undertaken as a two stage process.
The initial step is for interested parties to submit a Selection Questionnaire. The criteria and scoring are explained in the introduction to the questionnaire.
A maximum of five companies - those with the highest scores - will be invited to proceed to the next, tender phase of the contractor appointment process.
The tender stage is effectively the first stage of a two stage traditional works procurement and will be sought on a 60/40 Price/Quality basis. The tender will cover the following; -
Price (60) will include;
• Preliminaries
• Pre-construction phase fees
• Contractors overhead, profit and attendances on net costs.
Quality (40) will include;
• Establishing the capabilities of the tendering parties to deliver this project
• Demonstrating the tendering parties can meet the qualitative, environmental and/or social aspects linked to this project.
Following appointment, the contractor will work with the design team to finalise the design and undertake second stage procurement, tendering individual packages (including contractor designed portions) to produce a Contract Sum for the works which will provide KSAC with a complete, fitted out building.
The Employer is not bound to accept the lowest or any Tender.
The contract will be the JCT Standard Building Contract without Quantities 2016 (SBC/XQ 2016) with amendments.
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: £5,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
The successful contractor is likely to have a good track record of working on projects on cultural venues which have live performance facilities and on listed buildings.
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.2.3) 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 August 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 September 2023
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom