Tender

NEW KMCIRS-130 Provision of Consultancy Services for the Low Carbon Housing Project

KIRKLEES COUNCIL

This public procurement record has 1 release in its history.

Tender

02 Sep 2021 at 16:25

Summary of the contracting process

Kirklees Council is actively seeking consultants for the "NEW KMCIRS-130 Provision of Consultancy Services for the Low Carbon Housing Project" as part of its commitment to low carbon development. This procurement falls under the services category within the architectural, construction, and engineering industry. Located at the RM Grylls Site in Hightown, Liversedge, West Yorkshire, the project aims to develop a minimum of 125 low carbon homes, including 20 that will meet Certified Passivhaus standards. The current procurement stage is the Tender phase, with a deadline for submissions set for 4th October 2021. This selective procurement process uses a restricted procedure, with a project value of £1,000,000 and an expected contract duration of 360 days.

This tender presents significant opportunities for businesses specialising in architectural and construction consultancy services, especially those with experience in low carbon design and delivery. Companies with a focus on sustainable housing and those capable of leading multidisciplinary teams would be well-suited to participate in this tender. Additionally, firms familiar with RIBA stages and that have a track record of implementing medium to large-scale projects can leverage this opportunity to grow their portfolio and establish long-term contracts with the council.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NEW KMCIRS-130 Provision of Consultancy Services for the Low Carbon Housing Project

Notice 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.

Lot Information

Lot 1

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. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02dc88
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021785-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

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

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Sep 20214 years ago
Submission Deadline
4 Oct 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
KIRKLEES COUNCIL
Contact Name
Ms Jennifer Hilton
Contact Email
jennifer.hilton@kirklees.gov.uk
Contact Phone
+44 1484221000

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2NF
Post Town
Huddersfield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
TLE44 Calderdale and Kirklees

Local Authority
Kirklees
Electoral Ward
Newsome
Westminster Constituency
Huddersfield

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02dc88-2021-09-02T17:25:03+01:00",
    "date": "2021-09-02T17:25:03+01:00",
    "ocid": "ocds-h6vhtk-02dc88",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "DN565231",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NEW KMCIRS-130 Provision of Consultancy Services for the Low Carbon Housing Project",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315100",
                        "description": "Building-fabric consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315210",
                        "description": "Building services consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE44"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.yortender.co.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please refer to the procurement documents."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-10-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-8440",
            "name": "Kirklees Council",
            "identifier": {
                "legalName": "Kirklees Council"
            },
            "address": {
                "streetAddress": "Civic Centre 1",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD1 2NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Jennifer Hilton",
                "telephone": "+44 1484221000",
                "email": "jennifer.hilton@kirklees.gov.uk",
                "url": "https://www.yortender.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "http://www.kirklees.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1715",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-8440",
        "name": "Kirklees Council"
    },
    "language": "en"
}