Scope
Description
Maidstone Borough Council (MBC) is looking to procure and appoint a contractor to provide high-quality design and construction works to deliver a residential dwellings development. The project will be delivered using a two stage tender procurement route, utilising a Pre-Construction Services Agreement (PCSA) 2024 for the design stage element followed by a JCT Design and Build 2024 Form of Contract all with agreed Amendments for the works elements.
Please refer to planning permission 23/505/821/FULL, which has been granted for the erection of 2no. residential blocks comprising 103 units (Use Class C3). Block A is a tiered 2, 4, and 5 storey block (31 units). Block B is a tiered 6, 8, and 10 storey block (72 units). A total of 68no. car parking spaces and associated landscaping. The 10 storey block is over 18 meters in height and are therefore deemed to be 'Higher Risk Buildings' (HRBs) under the Building Safety Act 2022 and therefore subject to the related new regulatory framework with the overseeing body being the Building Safety Regulator.
The scheme consists of 103 high quality homes with 2 main buildings, which are compliant with the required National Space Standards. The apartments are 43% 1 bed, 47% 2 bed, 11% 3 bed. The two buildings have been positioned to frame and provide a new visual connectivity of the grade II listed Springfield House from Chatham Road.
Outside space in the form of balconies or terraces is provided to all apartments. High quality public realm is key to the design proposals. A basement carpark has been provided which is accessed off Sandling Road / Radnor Close, the scheme provides a total of 68 car parking spaces and secure cycle storage.
The landscape comprises of soft and hard landscape with an area of enhanced woodland to the south, accessible paths and steps improving access across the site, ragstone retaining walls with new trees, sustainable urban drainage systems and a series of biodiverse roofs.
The ownership will remain under Maidstone Borough Council who will be responsible for the landscape and building maintenance.
Please also refer to the attached planning drawings and documents, employers requirements and all other associated documents within this tender pack for further information.
The appointed contractor will work alongside the councils Employers Agent Airey Miller Limited, to ensure the Design and Build works are carried out in line with the planning permission and any associated conditions in line with the Building Safety Act 2022, CDM Regulations, The Appointment of Persons, Industry Competence and Duty Holders Regulations, Part 1A of the Building Regulations as well as all other obligations and regulations.
Airey Miller Limited are providing the Council with the services of Employer's Agent which includes, Principal Designer and Clerk of Works. They will be helping to design and administer the project and JCT Design and Build Works Contract, including producing and checking specification and contract documents, checking progress and quality of works on site, certifying Practical Completion as appropriate, validating and certifying payments and monitoring compliance with employer requirements.
Total value (estimated)
- £41,500,000 excluding VAT
- £49,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 10 December 2025 to 10 December 2027
- 2 years, 1 day
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
Contract locations
- UKJ45 - Mid Kent
Submission
Submission type
Tenders
Tender submission deadline
10 November 2025, 12:00pm
Submission address and any special instructions
Stage 1 will be run using Kent Business Portal and the Proactis System. (https://www.kentbusinessportal.org.uk/)
Stage 2 will be conducted via E-mail. Full details given upon commencement of Stage 2 (ITT Stage).
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
10 December 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Cost | Cost Fully defined in ITT Documentation |
Cost | 60% |
Quality | Quality Fully defined in ITT Documentation |
Quality | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement will be run as a Competitive Flexible Procedure comprising of two stages:
Stage 1 - Selection Stage
Interested parties should answer the pre-qualification questions listed in Former Springfield Library - Selection Stage Requirements
Bidders must achieve a minimum of 60% of the total marks available in order to be eligible for the ITT stage of this process. If there are a large number of qualifying bids, the Council will invite a maximum of 5 tenderers to the ITT stage. If there are close scores from more than 5 qualifying bids then The Council reserves the right to invite more than 5 tenderers through to the ITT stage at its own discretion.
Stage 1 Indicative Timeline
Expression of Interest Release: 30 July 2025
Expression of Interest Deadline: 12:00pm 25 August 2025
Evaluation: Completed by 30 August 2025
Invitation to Tender released: 1 September 2025
Stage 2 - Invitation to Tender
Qualifying bidders will then be invited to the ITT stage of the process.
This stage will be conducted via E-mail due to the Council switching procurement portal provider. Specific details, including e-mail addresses to contact with tender responses and clarification requests, will be communicated on commencement of Stage 2.
ITT stage (stage 2) requirements and timeline are detailed further on in this document.
Documents
Associated tender documents
https://procontract.due-north.com/Advert?advertId=56b5962a-546d-f011-813a-005056b64545&fromProjectDashboard=True
Kent Business Portal - Project Ref DN784779
https://www.kentbusinessportal.org.uk/
Direct link to EOI advert -
Contracting authority
Maidstone Borough Council
- Public Procurement Organisation Number: PGRT-5366-CGWY
Maidstone House, King Street
Maidstone
ME15 6JQ
United Kingdom
Region: UKJ45 - Mid Kent
Organisation type: Public authority - sub-central government