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
E-mail: procurement@calderdale.gov.uk
NUTS: UKE44
Internet address(es)
Main address: https://www.calderdale.gov.uk/v2
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
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 sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88231&B=UK
Tenders or requests to participate must be sent 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
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:
10 000 000.00
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
II.2.3) Place of performance
NUTS code:
UKE44
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: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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 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
EN
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
E-mail: tcc.issue@justice.gov.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.5) Date of dispatch of this notice
05/12/2024