Tender

Cultural Heart Programme Zone 2 Library, Gallery & Museum, Food Hall, and Urban Park, Huddersfield Town Centre

KIRKLEES COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

14 Sep 2022 at 15:15

Tender

15 Aug 2022 at 16:17

Summary of the contracting process

Kirklees Council is seeking an economic operator to deliver the detailed design and construction of Zone 2 works for the Cultural Heart Programme in Huddersfield Town Centre. The procurement process is currently in the tender stage with a deadline of 30th September 2022. Key deadlines have been extended, with the selection questionnaires now due by 31st October 2022 and the invitation date set for 4th November 2022.

This tender presents an opportunity for businesses in the construction industry to participate in a significant project involving various works such as site preparation, construction, and building installation. Companies with experience in architectural, construction, engineering, and inspection services would be well-suited to compete. Kirklees Council, as the buying organisation, has provided detailed information on the scope of works, contract value of GBP 105,000,000, and the procurement process being undertaken through a selective procedure with the use of electronic submission methods.

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

Cultural Heart Programme Zone 2 Library, Gallery & Museum, Food Hall, and Urban Park, Huddersfield Town Centre

Notice Description

Through a restricted procedure, Kirklees Council is looking to procure a contract with an economic operator to deliver the detailed design and construction of the Zone 2 works for the Cultural Heart Programme. In order to conclude/finalise the design and construction contract (JCT 2016 Design and Build) the economic operator will enter into a Pre-Construction Services Agreement with Kirklees Council , followed by a separate contract in respect of the build phase on completion of the design stage.

Lot Information

Lot 1

Scope of Works for Zone 2: This procurement relates to the design stage in respect of works to be undertaken as part of the Council's Cultural Heart programme as well as the delivery of those works. Zone 2 is the larger area of the site that currently comprises the Market Hall, Library, Piazza Shopping Centre and small park area. Both the Market Hall and Library are Grade II listed buildings and the site borders a conservation area. The Piazza shopping centre is to be demolished to allow construction of a new gallery and urban park, including an occasional event space. The Market Hall will be refurbished and extended to provide accommodation for a new library and food hall. The existing Library building is to be refurbished and extended to house a new Huddersfield museum. Works to existing buildings include some demolition, subject to planning permission and listed building consent, to allow for new extensions and adaptation. Extensive service tunnels run under the majority of the Zone 2 site area, these are to be mainly retained, with adaptation and remedial works carried out in order to secure their long-term use for the new development. The above scope of works and services is a broad categorisation rather than exhaustive. Bidders should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services. The actual scope of works and services required may also be narrower than that set out above. The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying procurement documents, available as set out in Section 1.3. Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and bidders should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice). To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035e91
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025835-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45100000 - Site preparation work

45200000 - Works for complete or part construction and civil engineering work

45300000 - Building installation work

45400000 - Building completion work

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£105,000,000 £100M-£1B
Lots Value
£105,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Sep 20223 years ago
Submission Deadline
30 Sep 2022Expired
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
Robert Williams
Contact Email
procurement@kirklees.gov.uk
Contact Phone
+44 1484221000

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2TA
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-035e91-2022-09-14T16:15:09+01:00",
    "date": "2022-09-14T16:15:09+01:00",
    "ocid": "ocds-h6vhtk-035e91",
    "description": "i) To express an interest in this procurement please register at: - https://yortender.eu-supply.com ii) Expressions of interest must be submitted from the candidates' registered office address by the deadline set out in IV2.2. above and in accordance with the instructions set out in the Selection Questionnaire. iii) The procurement timetable set out in the Procurement Documents is indicative only and Kirklees Council reserves the right to change and/or amend it at their sole discretion. iv) The estimates given in Section II.1.5 and II.2.5 of this Notice are strictly estimated values only. v) Furthermore, please note that estimates given in Section II.1.5 and II.2.5 of this Notice are based on third party estimates and the principal contracting authority gives no warranty as to the accuracy to said data. vi) Right to Cancel - Kirklees Council reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract and does not bind itself to accept the lowest tender, or any tender received, and reserve the right to award the contract in part, or to call for new tenders should it consider this necessary.",
    "initiationType": "tender",
    "tender": {
        "id": "KMCCD-020",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Cultural Heart Programme Zone 2 Library, Gallery & Museum, Food Hall, and Urban Park, Huddersfield Town Centre",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Through a restricted procedure, Kirklees Council is looking to procure a contract with an economic operator to deliver the detailed design and construction of the Zone 2 works for the Cultural Heart Programme. In order to conclude/finalise the design and construction contract (JCT 2016 Design and Build) the economic operator will enter into a Pre-Construction Services Agreement with Kirklees Council , followed by a separate contract in respect of the build phase on completion of the design stage.",
        "value": {
            "amount": 105000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Scope of Works for Zone 2: This procurement relates to the design stage in respect of works to be undertaken as part of the Council's Cultural Heart programme as well as the delivery of those works. Zone 2 is the larger area of the site that currently comprises the Market Hall, Library, Piazza Shopping Centre and small park area. Both the Market Hall and Library are Grade II listed buildings and the site borders a conservation area. The Piazza shopping centre is to be demolished to allow construction of a new gallery and urban park, including an occasional event space. The Market Hall will be refurbished and extended to provide accommodation for a new library and food hall. The existing Library building is to be refurbished and extended to house a new Huddersfield museum. Works to existing buildings include some demolition, subject to planning permission and listed building consent, to allow for new extensions and adaptation. Extensive service tunnels run under the majority of the Zone 2 site area, these are to be mainly retained, with adaptation and remedial works carried out in order to secure their long-term use for the new development. The above scope of works and services is a broad categorisation rather than exhaustive. Bidders should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services. The actual scope of works and services required may also be narrower than that set out above. The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying procurement documents, available as set out in Section 1.3. Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and bidders should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice). To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots.",
                "value": {
                    "amount": 105000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 990
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Criteria for choosing the limited number of candidates are provided in the Procurement Documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE44"
                    }
                ],
                "deliveryLocation": {
                    "description": "Huddersfield Town Centre"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://yortender.eu-supply.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii) Regulations 57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the selection questionnaire (\"SQ\") available from the address as set out in Section (I.1) of this notice above, the Council of the Borough of Kirklees acting as the principal contracting authority reserves the right to refuse any economic operator's application and to exclude its tender from the evaluation in any of the circumstances as follows:- (i) in the event the completed SQ, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the SQ or any of the other Tender Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015 (SI 2015/102), which requires or permits the principal contracting authority not to select or to treat any economic operator as an ineligible economic operator; and/or (iii) economic operators scoring \"Fail\" in the SQ will not be selected for consideration of their tender submission.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Selection Questionnaire which is available at: https://yortender.eu-supply.com",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Selection Questionnaire which is available at: https://yortender.eu-supply.com",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As stated in the Procurement Documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-30T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2022-11-04T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "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 agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contract Regulations 2015 (SI 2015/102), 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 (or non-award) of the contract. Such additional information can be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award (or non-award) of the contract is not successfully resolved, then the Regulations 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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-09-30T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2022-10-31T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-11-04T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-12-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3"
                        }
                    }
                ],
                "description": "Please be advised that the deadline for submission of selection questionnaires has been extended until 31.10.2022. The Council will confirm the revised dates for future stages of the procurement via the e-tendering portal. Any queries should be submitted through the Portal"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-61429",
            "name": "Kirklees Council",
            "identifier": {
                "legalName": "Kirklees Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Town Hall",
                "locality": "HUDDERSFIELD",
                "region": "UKE44",
                "postalCode": "HD1 2TA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Robert Williams",
                "telephone": "+44 1484221000",
                "email": "procurement@kirklees.gov.uk",
                "url": "https://yortender.eu-supply.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "https://yortender.eu-supply.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-31448",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand, Westminster",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-61429",
        "name": "Kirklees Council"
    },
    "language": "en"
}