Tender

NEW KMCIRS-130 Provision of Consultancy Services for the Low Carbon Housing Project

  • Kirklees Council

F02: Contract notice

Notice identifier: 2021/S 000-021785

Procurement identifier (OCID): ocds-h6vhtk-02dc88

Published 2 September 2021, 5:25pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Civic Centre 1

Huddersfield

HD1 2NF

Contact

Ms Jennifer Hilton

Email

jennifer.hilton@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

http://www.kirklees.gov.uk

one.3) Communication

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

https://www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.yortender.co.uk

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

NEW KMCIRS-130 Provision of Consultancy Services for the Low Carbon Housing Project

Reference number

DN565231

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is looking to appoint consultants who will develop a scheme through RIBA stages 1 to 4, through the design phases and achieving full planning consent which will be capable of implementation. It is the council’s expectation that the project will be led by a Architect/Principal Designer, and will include a multidisciplinary team assembled by the Architect/Principal Designer.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311300 - Infrastructure works consultancy services
  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71500000 - Construction-related services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

The Council is looking to appoint consultants who will develop a pilot Low Carbon affordable housing project on land in its ownership through RIBA stages 1 to 4, through the design phases and achieving full planning consent which will be capable of implementation. The project will move at a quick pace, so the Council requires a consultant with the relevant skills, direct experience and knowledge of scoping, designing and delivering a medium to large-scale Passivhaus/low carbon scheme or schemes.

It is the council’s expectation that the project will be led by a Architect/Principal Designer, and will include a multidisciplinary team assembled by the Architect/Principal Designer to provide professional services to secure a deliverable planning permission for this site, with potential for further participation working with the build contractor in the project through the subsequent build phase.

The site address is the RM Grylls Site, Second Avenue, Hightown, Liversedge, West Yorkshire WF15 8JP. The Project is expected to deliver a minimum of 125 low carbon homes on the site, a minimum of which 20 will be expected to be constructed to a Certified Passivhaus standard.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

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

Duration in months

12

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

For additional information, please refer to the tender documents found at

http://www.yortender.co.uk and search for DN565231.

Please Note: The Award Criteria noted in Section 2.2.5 above relates to the Stage 2 tender/ITT award criteria.

The Award Criteria for Stage 1 Invitation to Participate will be based on a series of pass/fail questions, along with 100% Quality on project specific questions.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.2) Contract performance conditions

Please refer to the procurement documents.

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

4 October 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please note that in Section 4.2.2 above (Time limit for receipt of tenders, requests to participate or expressions of interest), this date and time relates to the Requests to Participate (Stage 1) of this procurement exercise, and not the deadline of the Invitation to Tender (Stage 2) deadline.

The anticipated Invitation to Tender deadline will be documented within the procurement documentation, and confirmed to the selected bidders invited to Stage 2 in due course.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

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),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) 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.