Notice Information
Notice Title
Kings Hall repairs and refurbishment Architect and Design team
Notice Description
Canterbury City Council wishes to appoint a suitable supplier for the provision of an Architect /Design Team for Kings Hall Repairs and Refurbishment. The specific requirements for the above are detailed in in the Suite of documents. It should be noted that by submitting a tender, you confirm that you understand and can meet these requirements. It is a condition of the Invitation to Tender for you to attend a mandatory site visit. The site visit will be held on the morning of Tuesday 20 January and Wednesday 21 January 2026. See ITT Instruction Document 2.2.6 for further details. The Contract is anticipated to commence April 2026 and will continue for a period of 2 years (unless terminated early in accordance with the terms and conditions of the Contract). Project Overview : Canterbury City Council is commissioning a refurbishment and upgrade project at Kings Hall, Herne Bay. The scope includes: Fabric Repairs: Essential repairs to the building envelope and internal finishes to preserve the historic character and ensure long-term durability. Mechanical & Electrical Services: Upgrading/renewal of existing systems to meet modern standards for energy efficiency, safety, and operational performance. Remodeling: To improve functionality and address previous unsympathetic alterations. This building supports externally accessible public toilets as well as venue facilities. CCC has developed concept designs which are considered close to meeting our requirements which include: Creating an attractive destination seafront bar/cafe separate, yet available to the main hall. Improving the main hall and backstage areas, including modernising acoustics and seating to attract more commercially successful shows. Exploring opportunities to increase the capacity of the main hall. The architect will be appointed as Lead Consultant and will be responsible for: Reviewing and developing CCC's concept designs. * Forming, leading and coordinating a full design team to deliver a complete Turnkey Service. Identifying all necessary sub-consultants (e.g., structural, civil, M&E engineers, and any other specialists) Appointing the team directly. ** Advising on and arranging any additional surveys required to bring the project to completion. Producing all required outputs in line with the RIBA Plan of Work, from Stage 2 through to Stage 7. Delivering a complete design package suitable for procurement via the Kent Business Portal. Supporting CCC's appointed Quantity Surveyor throughout the project lifecycle. Under the CDM Regulations 2015, CCC is the Client and has appointed a Quantity Surveyor. The architect will be expected to act as Principal Designer. If the architect does not have the capability to act as Principal Designer, they must propose a suitably qualified party to fulfil this role and include associated fees in their submission. *CCC is seeking a complete design package, including any structural, M&E and other requirements. If the architect does not have the relevant engineering and other expertise in-house CCC requires them to propose a design team, including these consultants, to allow them to deliver a complete 'Turnkey Service'. Engineering services and all other sub-consultant's fees should therefore be included in this tender submission. All necessary consultants are to be appointed directly by the Architect. **The architect should provide details of any additional surveys, including costs, required to complete the project in their tender submission. To view this notice, please click here: https://www.kentbusinessportal.org.uk/delta/viewNotice.html?noticeId=1005337151
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0602a8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001899-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71200000 - Architectural and related services
Notice Value(s)
- Tender Value
- £160,000 £100K-£500K
- Lots Value
- £160,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Jan 20261 weeks ago
- Submission Deadline
- 9 Feb 20263 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CANTERBURY CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@canterbury.gov.uk
- Contact Phone
- 01227 910000
Buyer Location
- Locality
- CANTERBURY
- Postcode
- CT1 2UR
- Post Town
- Canterbury
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ44 East Kent
- Delivery Location
- TLJ4 Kent
-
- Local Authority
- Canterbury
- Electoral Ward
- Westgate
- Westminster Constituency
- Canterbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/001899-2026
9th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/001800-2026
9th January 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0602a8-2026-01-09T14:05:38Z",
"date": "2026-01-09T14:05:38Z",
"ocid": "ocds-h6vhtk-0602a8",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXJX-9843-DLGM",
"name": "Canterbury City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PXJX-9843-DLGM"
},
"address": {
"streetAddress": "14 Rose Lane",
"locality": "Canterbury",
"postalCode": "CT1 2UR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ44"
},
"contactPoint": {
"email": "procurement@canterbury.gov.uk",
"telephone": "01227 910000"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PXJX-9843-DLGM",
"name": "Canterbury City Council"
},
"tender": {
"id": "Kings Hall repairs and refurbishment Architect and Design team",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Kings Hall repairs and refurbishment Architect and Design team",
"description": "Canterbury City Council wishes to appoint a suitable supplier for the provision of an Architect /Design Team for Kings Hall Repairs and Refurbishment. The specific requirements for the above are detailed in in the Suite of documents. It should be noted that by submitting a tender, you confirm that you understand and can meet these requirements. It is a condition of the Invitation to Tender for you to attend a mandatory site visit. The site visit will be held on the morning of Tuesday 20 January and Wednesday 21 January 2026. See ITT Instruction Document 2.2.6 for further details. The Contract is anticipated to commence April 2026 and will continue for a period of 2 years (unless terminated early in accordance with the terms and conditions of the Contract). Project Overview : Canterbury City Council is commissioning a refurbishment and upgrade project at Kings Hall, Herne Bay. The scope includes: Fabric Repairs: Essential repairs to the building envelope and internal finishes to preserve the historic character and ensure long-term durability. Mechanical & Electrical Services: Upgrading/renewal of existing systems to meet modern standards for energy efficiency, safety, and operational performance. Remodeling: To improve functionality and address previous unsympathetic alterations. This building supports externally accessible public toilets as well as venue facilities. CCC has developed concept designs which are considered close to meeting our requirements which include: Creating an attractive destination seafront bar/cafe separate, yet available to the main hall. Improving the main hall and backstage areas, including modernising acoustics and seating to attract more commercially successful shows. Exploring opportunities to increase the capacity of the main hall. The architect will be appointed as Lead Consultant and will be responsible for: Reviewing and developing CCC's concept designs. * Forming, leading and coordinating a full design team to deliver a complete Turnkey Service. Identifying all necessary sub-consultants (e.g., structural, civil, M&E engineers, and any other specialists) Appointing the team directly. ** Advising on and arranging any additional surveys required to bring the project to completion. Producing all required outputs in line with the RIBA Plan of Work, from Stage 2 through to Stage 7. Delivering a complete design package suitable for procurement via the Kent Business Portal. Supporting CCC's appointed Quantity Surveyor throughout the project lifecycle. Under the CDM Regulations 2015, CCC is the Client and has appointed a Quantity Surveyor. The architect will be expected to act as Principal Designer. If the architect does not have the capability to act as Principal Designer, they must propose a suitably qualified party to fulfil this role and include associated fees in their submission. *CCC is seeking a complete design package, including any structural, M&E and other requirements. If the architect does not have the relevant engineering and other expertise in-house CCC requires them to propose a design team, including these consultants, to allow them to deliver a complete 'Turnkey Service'. Engineering services and all other sub-consultant's fees should therefore be included in this tender submission. All necessary consultants are to be appointed directly by the Architect. **The architect should provide details of any additional surveys, including costs, required to complete the project in their tender submission. To view this notice, please click here: https://www.kentbusinessportal.org.uk/delta/viewNotice.html?noticeId=1005337151",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
}
],
"deliveryAddresses": [
{
"region": "UKJ4",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ4",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "There will be an evaluation of scored quality questions which are weighted 30% and price 60%. The combined evaluation will take place and those tenderers who can win the tender with the 10% weighting for the interview when added to their score will be invited to attend an interview."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://www.kentbusinessportal.org.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-09T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-02-06T12:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-03-09T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Criterion 1",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Criterion 2",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Criterion 1",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Criterion 2",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please see suite of Invitation to tender documents for information"
},
{
"type": "technical",
"description": "Please see suite of Invitation to tender documents for information"
},
{
"type": "economic",
"description": "Please see suite of Invitation to tender documents for information"
},
{
"type": "technical",
"description": "Please see suite of Invitation to tender documents for information"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "001800-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/001800-2026",
"datePublished": "2026-01-09T12:05:21Z",
"format": "text/html"
},
{
"id": "001899-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/001899-2026",
"datePublished": "2026-01-09T14:05:38Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Please see suite of Invitation to tender documents for information"
},
"riskDetails": "Please see suite of Invitation to tender documents for information"
},
"language": "en"
}