Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Civic Centre 1
Huddersfield
HD1 2NF
Contact
Ms Jennifer Hilton
jennifer.hilton@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
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.