Tender

Batley Towns Fund: Levelling Up

  • Kirklees Council

F02: Contract notice

Notice identifier: 2023/S 000-030135

Procurement identifier (OCID): ocds-h6vhtk-040b7a

Published 12 October 2023, 3:03pm



The closing date and time has been changed to:

17 November 2023, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall, Ramsden Street

Huddersfield

HD1 2TA

Contact

Robert Williams

Email

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

www.kirklees.gov.uk

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.