Construction Tenders

29 April 2025

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 5th Dec 2024

Tender Details
Referenceocds-h6vhtk-04c2b2
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£10,000,000
« Previous Page

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 5th Dec 2024

Tender Details
Referenceocds-h6vhtk-04c2b2
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£10,000,000

Section I: Contracting authority

I.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Corporate Procurement Unit

Email

procurement [at] calderdale.gov.uk

Telephone

+44 1422288001

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

National registration number

184 3147 61

Internet address(es)

Main address

https://www.calderdale.gov.uk/v2

Buyer's address

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88231&B=UK

Tenders or requests to participate must be submitted to the above-mentioned 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: £10,000,000

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 codes
  • 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

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

II.2.6) Estimated value

Value excluding VAT: £10,000,000

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


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 January 2025

Local time

12:00pm

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

Email

tcc.issue [at] justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/