{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-066a18-2026-04-01T11:10:47+01:00",
    "date": "2026-04-01T11:10:47+01:00",
    "ocid": "ocds-h6vhtk-066a18",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBRX-4153-XDZL",
            "name": "Littlehampton Town Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBRX-4153-XDZL"
            },
            "address": {
                "streetAddress": "Manor House, Church Street",
                "locality": "Littlehampton",
                "postalCode": "BN17 5EW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ27"
            },
            "contactPoint": {
                "email": "ltc@littlehampton-tc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBRX-4153-XDZL",
        "name": "Littlehampton Town Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-066a18",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Design and Fit-out of a Hub in the High Street",
        "description": "Overview Littlehampton Town Council is seeking to appoint a suitably qualified and experienced Contractor to provide a comprehensive internal design and fit-out service in respect of the proposed Hub on the High Street (\"The Hub\") The appointed Contractor will be responsible for delivering the project from an empty shell condition through to a fully completed, compliant, and operational space ready for occupation and use. The Council's intention is to appoint a single Contractor capable of providing an integrated design and build solution, including all necessary design, specification, supply, installation, coordination, and commissioning activities. Scope of Services The Services shall include, but shall not be limited to, the following elements: Internal Design Services The Contractor shall: * Develop a comprehensive internal design proposal aligned with the Council's objectives for inclusivity, accessibility, flexibility, and community use * Produce detailed space planning layouts to accommodate multi-functional use, including community activity, and service delivery * Incorporate inclusive design principles and ensure compliance with all relevant legislation, including the Equality Act 2010 and applicable Building Regulations * Specify fixtures, fittings, finishes, furniture, and equipment appropriate for a high-use community setting * Provide visualisations, drawings, specifications, and schedules sufficient for approval and delivery * Engage with the Council at agreed design stages and incorporate feedback as required * The design must support flexible and adaptable use of the space, ensuring it can accommodate a range of community activities, events, meetings, advice services, and civic functions. Fit-Out and Construction Services The Contractor shall undertake all works necessary to transform the shell space into a completed and operational Hub. This shall include: * Project management and coordination of all trades * Supply and installation of internal partitions (where required) * Electrical and lighting connection and/or installation, including energy-efficient solutions * Heating, ventilation connection and/or installation, and any necessary mechanical works * Connection and installation of accessible toilet and kitchenette facilities (accessible WC provision where applicable) * Floor, wall, and ceiling finishes * Joinery and built-in furniture * Decoration and final finishes * Supply and installation of loose furniture and equipment (where included within scope) * IT infrastructure containment and coordination (final IT installation may be by others, subject to confirmation) * All works must comply with applicable statutory requirements, health and safety legislation, and industry standards. * All snagging items to be identified, logged and made good prior to handover Accessibility, Compliance and Standards The completed Hub must: * Be fully compliant with Building Regulations and all relevant statutory approvals * Meet accessibility requirements and demonstrate inclusive design * Incorporate appropriate safeguarding and safety measures * Be durable, low-maintenance, and suitable for high footfall community use * Reflect good environmental practice and value for money * The Contractor shall ensure that all materials and installations are fit for purpose and appropriate for a public-facing community environment. Handover and Completion Upon completion, the Contractor shall provide: * All required certification and warranties * As-built drawings and specifications * Operation and maintenance manuals * Demonstration of systems and installations to Council representatives * A defects liability period (to be specified within the Contract) * The space must be delivered in a condition that is fully operational and ready for immediate use by the Council and community stakeholders. Programme and Budget Tenderers will be required to propose a realistic programme for design, mobilisation, and completion of works. The Council requires timely delivery and minimal disruption to the surrounding High Street environment. The Contractor must demonstrate cost control mechanisms and deliver the project within the agreed contract sum.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "22314000",
                        "description": "Designs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213000",
                        "description": "Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79932000",
                        "description": "Interior design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 120000,
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "submissionMethodDetails": "All tender submissions should be sent to tenders@littlehampton-tc.gov.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-24T23:59:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-03T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-06T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 120000,
                    "amount": 100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Added Value",
                            "description": "Award Criteria - Added Value (30%) Tenderers are invited to submit proposals demonstrating additional value that exceeds the Council's minimum specification requirements. Responses will be evaluated on the extent to which they provide clear, measurable, and deliverable benefits to the Council and the local community. Added Value proposals may include (but are not limited to): 1. Sustainability Enhancements Measures that exceed statutory or specified requirements in relation to environmental performance, including use of sustainable materials, waste reduction, energy efficiency, and whole-life cost benefits. 2. Social Value Commitments Proposals delivering measurable local economic or community benefit, such as engagement of local suppliers, apprenticeships, training opportunities, or community initiatives. Commitments must be specific and quantifiable. 3. Programme Improvements Proposals that enhance certainty of delivery or reduce programme duration without compromising quality, supported by a credible methodology and risk management approach. 4. Enhanced Aftercare and Warranty Provision Additional post-completion support beyond standard contractual requirements, including extended defects periods, structured aftercare, or enhanced warranties. Tenderers must clearly state how their Added Value proposals will be delivered, monitored, and evidenced.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Added Value",
                            "description": "Award Criteria - Added Value (30%) Tenderers are invited to submit proposals demonstrating additional value that exceeds the Council's minimum specification requirements. Responses will be evaluated on the extent to which they provide clear, measurable, and deliverable benefits to the Council and the local community. Added Value proposals may include (but are not limited to): 1. Sustainability Enhancements Measures that exceed statutory or specified requirements in relation to environmental performance, including use of sustainable materials, waste reduction, energy efficiency, and whole-life cost benefits. 2. Social Value Commitments Proposals delivering measurable local economic or community benefit, such as engagement of local suppliers, apprenticeships, training opportunities, or community initiatives. Commitments must be specific and quantifiable. 3. Programme Improvements Proposals that enhance certainty of delivery or reduce programme duration without compromising quality, supported by a credible methodology and risk management approach. 4. Enhanced Aftercare and Warranty Provision Additional post-completion support beyond standard contractual requirements, including extended defects periods, structured aftercare, or enhanced warranties. Tenderers must clearly state how their Added Value proposals will be delivered, monitored, and evidenced.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Added Value",
                            "description": "Award Criteria - Added Value (30%) Tenderers are invited to submit proposals demonstrating additional value that exceeds the Council's minimum specification requirements. Responses will be evaluated on the extent to which they provide clear, measurable, and deliverable benefits to the Council and the local community. Added Value proposals may include (but are not limited to): 1. Sustainability Enhancements Measures that exceed statutory or specified requirements in relation to environmental performance, including use of sustainable materials, waste reduction, energy efficiency, and whole-life cost benefits. 2. Social Value Commitments Proposals delivering measurable local economic or community benefit, such as engagement of local suppliers, apprenticeships, training opportunities, or community initiatives. Commitments must be specific and quantifiable. 3. Programme Improvements Proposals that enhance certainty of delivery or reduce programme duration without compromising quality, supported by a credible methodology and risk management approach. 4. Enhanced Aftercare and Warranty Provision Additional post-completion support beyond standard contractual requirements, including extended defects periods, structured aftercare, or enhanced warranties. Tenderers must clearly state how their Added Value proposals will be delivered, monitored, and evidenced.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Added Value",
                            "description": "Award Criteria - Added Value (30%) Tenderers are invited to submit proposals demonstrating additional value that exceeds the Council's minimum specification requirements. Responses will be evaluated on the extent to which they provide clear, measurable, and deliverable benefits to the Council and the local community. Added Value proposals may include (but are not limited to): 1. Sustainability Enhancements Measures that exceed statutory or specified requirements in relation to environmental performance, including use of sustainable materials, waste reduction, energy efficiency, and whole-life cost benefits. 2. Social Value Commitments Proposals delivering measurable local economic or community benefit, such as engagement of local suppliers, apprenticeships, training opportunities, or community initiatives. Commitments must be specific and quantifiable. 3. Programme Improvements Proposals that enhance certainty of delivery or reduce programme duration without compromising quality, supported by a credible methodology and risk management approach. 4. Enhanced Aftercare and Warranty Provision Additional post-completion support beyond standard contractual requirements, including extended defects periods, structured aftercare, or enhanced warranties. Tenderers must clearly state how their Added Value proposals will be delivered, monitored, and evidenced.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-18T00:00:00+01:00",
                    "endDate": "2026-09-30T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-13349",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13349",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "023094-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023094-2026",
                "datePublished": "2026-03-13T15:02:01Z",
                "format": "text/html"
            },
            {
                "id": "A-13587",
                "documentType": "biddingDocuments",
                "description": "PDF/CAD drawing of building. Tender is relating to the \"Retail Unit\" space on the ground floor",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13587",
                "format": "application/pdf"
            },
            {
                "id": "A-13588",
                "documentType": "biddingDocuments",
                "description": "Questions and answers document relating to the tender.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13588",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "024993-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024993-2026",
                "datePublished": "2026-03-19T10:12:24Z",
                "format": "text/html"
            },
            {
                "id": "A-14074",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14074",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "028464-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028464-2026",
                "datePublished": "2026-03-27T12:04:48Z",
                "format": "text/html"
            },
            {
                "id": "A-14239",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14239",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-14240",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14240",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "030226-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030226-2026",
                "datePublished": "2026-04-01T11:10:47+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "024993-2026",
                "description": "Added supporting documents to aid tender bids. Includes PDF/CAD drawing of the building, and a question and answer document addressing questions received around the tender."
            },
            {
                "id": "030226-2026",
                "description": "Revised site visit dates confirmed and added, tender deadline for submissions timeline extended in line with this"
            }
        ]
    },
    "language": "en"
}