Skip to main content.

Canterbury City Council: Kings Hall repairs and refurbishment Architect and Design team

  Canterbury City Council has published this notice through Delta eSourcing

Notice Summary
Title: Kings Hall repairs and refurbishment Architect and Design team
Notice type: UK4: Tender notice
Authority: Canterbury City Council
Nature of contract: Services
Procedure: Above threshold - Competitive flexible procedure
Short 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.
Published: 09/01/2026 13:41

View Full Notice


Contracting authority




Contracting authority:

Canterbury City Council


Public Procurement Organisation Number:

PXJX-9843-DLGM


Address:


14 Rose Lane
Canterbury
CT1 2UR
UK


Contact name:

Not provided


Email:

procurement@canterbury.gov.uk


Telephone:

01227 910000


Website:

Not provided


Organisation type:

REGIONAL_AUTHORITY


Devolved regulations that apply:

None




Procedure



Procedure type:


Competitive flexible procedure


Dynamic market OCID:

Not provided


Competitive flexible procedure description:

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.



Preliminary market engagement conducted:

No


Dynamic market:

No








Special regime:


None



Scope



Title:

Kings Hall repairs and refurbishment Architect and Design team


Reference number:

Kings Hall repairs and refurbishment Architect and Design team


Main procurement category:

SERVICES


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

To respond to this opportunity, please click here:
https://www.kentbusinessportal.org.uk/respond/ER4XUZQ836





Total value (estimated):


GBP 160,000 excluding VAT

GBP 192,000 including VAT





Description





Description:

Not provided





Suitable for SMEs:

Yes


Suitable for VCSEs:

No




Contract dates (estimated):

01/04/2026 to 31/03/2028


CPV classifications:


71200000 - Architectural and related services.



Contract can be extended:

No



Delivery regions:


UKJ4 - Kent



Award criteria:


Name: Criterion 1 / Weighting: 60

Name: Criterion 2 / Weighting: 40



Legal and financial capacity conditions of participation:

Please see suite of Invitation to tender documents for information


Technical ability conditions of participation:

Please see suite of Invitation to tender documents for information




Documents



Associated tender documents:


Not provided


Technical specifications:


Not provided



Submission




Enquiry deadline:

06/02/2026 Time: 12:00


Tender submission deadline:

09/02/2026 Time: 12:00


Submission address and any special instructions:

https://www.kentbusinessportal.org.uk


An electronic auction will be used:


No


Languages that may be used for submission:


English


Award decision date (estimated):

09/03/2026



Other information



Legal and financial capacity conditions of participation:

Please see suite of Invitation to tender documents for information


Technical ability conditions of participation:

Please see suite of Invitation to tender documents for information


Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP):

No


Government Procurement Agreement (GPA):

No


A conflicts assessment has been prepared and revised:

Yes



Other organisations


Not provided

View any Notice Addenda

View Award Notice