Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Corporate Procurement Unit
Telephone
+44 1422288001
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88231&B=UK
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/app/rfq/rwlentrance_s.asp?PID=88231&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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
Brighouse Town Investment Plan Public Realm
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Restricted 2 stage tender utilising a SSQ. The 5 best scoring tenderers will be asked to price the works. Works are Public Realm Improvements to Brighouse Town Centre to include highways works, the creation of pedestrianised areas and uplifted spaces to encourage visitors to dwell longer.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The full refurbishment and redevelopment of Brighouse Town Centre, incorporating the removal of almost all existing surfacing, kerbs, and edges signage and street furniture within Brighouse Town Centre, reinstalling high quality paving and bespoke street furniture and SUDs and signage throughout the streetscape to the new designed levels and falls. Works also include the relocation of streetlighting, parking meters wayfinding and CCTV and other identified features, alongside the implementation of new streetlighting, CCTV and lighting throughout the town centre, associated utility works such as disconnecting and reconnecting/ installing existing and new private utilities, including water supplies, highway drainage, electricity and CCTV along with overseeing / managing the modification /diversion of public utilities. This includes some specialist SUDs integration. The softworks extend to the removal of some existing planters and other minor shrubbery and plants. The protection and crown lifting of existing trees which are identified to be protected and retained. Soiling, planting and mulching of new and existing planting throughout the town centre, the planting of trees in both hard and soft landscapes and associated tree cell systems. The works include traffic management and temporary works to accommodate a phased approach to the town re-development as well as the removal and reintroduction of all line markings, signage and other traffic infrastructure, as required to the Civil Engineer’s design.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
The term of the agreement can be extended at the discretion of the Council.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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
As listed in the procurement documents.
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
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
Originally published as:
Date
10 January 2025
Local time
12:00pm
Changed to:
Date
13 January 2025
Local time
12:00pm
See the change notice.
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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom