Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall, Ramsden Street
Huddersfield
HD1 2TA
Contact
Robert Williams
robert.williams@kirklees.gov.uk
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.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://uk.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
Batley Towns Fund: Levelling Up
Reference number
KMCMP-022
two.1.2) Main CPV code
- 71400000 - Urban planning and landscape architectural services
two.1.3) Type of contract
Services
two.1.4) Short description
Kirklees Council is seeking to appoint a Professional Services Provider (PSP) for the design of a public realm project to be delivered in Batley. Over £12m grant funding has been secured from the Department of Levelling Up, Housing and Communities (DLUHC), and is further supplemented by other local sources, bringing the total value of the programme to over £14m. The programme comprises of four sub-projects and entails public realm and highway improvements, and the refurbishment of a Council owned building.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Landscape Architect
Lot No
1
two.2.2) Additional CPV code(s)
- 71400000 - Urban planning and landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees
two.2.4) Description of the procurement
Kirklees Council is seeking to appoint a Professional Services Provider (PSP) for the design of a public realm project to be delivered in Batley. Over £12m grant funding has been secured from the Department of Levelling Up, Housing and Communities (DLUHC), and is further supplemented by other local sources, bringing the total value of the programme to over £14m. The programme comprises of four sub-projects and entails public realm and highway improvements, and the refurbishment of a Council owned building. Lot 1 is for Landscape Architect services.
two.2.5) Award criteria
Quality criterion - Name: General Design (a) / Weighting: 12%
Quality criterion - Name: General Design (b) / Weighting: 6%
Quality criterion - Name: Evidence of Delivery / Weighting: 12%
Quality criterion - Name: Stakeholder Engagement / Weighting: 12%
Quality criterion - Name: Alternative Concepts / Weighting: 18%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
28
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) Description
two.2.1) Title
Civils, Engineering & Mechanical, Electrical and Plumbing (MEP)
Lot No
2
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees
two.2.4) Description of the procurement
Kirklees Council is seeking to appoint a Professional Services Provider (PSP) for the design of a public realm project to be delivered in Batley. Over £12m grant funding has been secured from the Department of Levelling Up, Housing and Communities (DLUHC), and is further supplemented by other local sources, bringing the total value of the programme to over £14m. The programme comprises of four sub-projects and entails public realm and highway improvements, and the refurbishment of a Council owned building. Lot 2 is for Civils, Engineering & Mechanical, Electrical and Plumbing (MEP).
two.2.5) Award criteria
Quality criterion - Name: General Design (a) / Weighting: 12%
Quality criterion - Name: General Design (b) / Weighting: 6%
Quality criterion - Name: Evidence of Delivery / Weighting: 12%
Quality criterion - Name: Stakeholder Engagement / Weighting: 12%
Quality criterion - Name: Alternative Concepts / Weighting: 18%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
28
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 minimum criteria are described in the procurement documents under 'Selection Criteria' and comprising of the Standard Selection Questionnaire.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
Originally published as:
Date
13 November 2023
Local time
1:00pm
Changed to:
Date
17 November 2023
Local time
1:00pm
See the change notice.
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)
four.2.7) Conditions for opening of tenders
Date
13 November 2023
Local time
1:01pm
Place
Kirklees
Information about authorised persons and opening procedure
Member of the Central Procurement Team to undertake Tender Opening and recording of submission information which is also recorded in the Audit history on the YORtender portal.
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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
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 (SI2015/102), 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 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.