Contract notice

Information

Published

Expire date: 13/01/2025

External Reference: 2024-593001

FTS Reference: 2024-039296

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The Borough Council of Calderdale
184 3147 61
Town Hall, Crossley Street
Halifax
HX1 1UJ
UK
Contact person: Corporate Procurement Unit
Telephone: +44 1422288001
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88231&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Brighouse Town Investment Plan Public Realm
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Restricted 2 stage tender utilising a SSQ. The 5 best scoring tenderers will be asked to price the works. Works are Public Realm Improvements to Brighouse Town Centre to include highways works, the creation of pedestrianised areas and uplifted spaces to encourage visitors to dwell longer.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
II.2.4)

Description of the procurement

The full refurbishment and redevelopment of Brighouse Town Centre, incorporating the removal of almost all existing surfacing, kerbs, and edges signage and street furniture within Brighouse Town Centre, reinstalling high quality paving and bespoke street furniture and SUDs and signage throughout the streetscape to the new designed levels and falls. Works also include the relocation of streetlighting, parking meters wayfinding and CCTV and other identified features, alongside the implementation of new streetlighting, CCTV and lighting throughout the town centre, associated utility works such as disconnecting and reconnecting/ installing existing and new private utilities, including water supplies, highway drainage, electricity and CCTV along with overseeing / managing the modification /diversion of public utilities. This includes some specialist SUDs integration. The softworks extend to the removal of some existing planters and other minor shrubbery and plants. The protection and crown lifting of existing trees which are identified to be protected and retained. Soiling, planting and mulching of new and existing planting throughout the town centre, the planting of trees in both hard and soft landscapes and associated tree cell systems. The works include traffic management and temporary works to accommodate a phased approach to the town re-development as well as the removal and reintroduction of all line markings, signage and other traffic infrastructure, as required to the Civil Engineer’s design.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60%
Price  -  Weighting:  40%
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The term of the agreement can be extended at the discretion of the Council.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As listed in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/01/2025
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/