Contract award notice

Information

Published

External Reference: 2022-589692

FTS Reference: 2022-013415

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

Kirklees Council
GB184352457
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
UK
Contact person: Corporate Procurement
Telephone: +44 1484221000
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
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

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services
Reference number:  KMCCD-011
II.1.2)

Main CPV code

71321000  -  Engineering design services for mechanical and electrical installations for buildings
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework for the Provision of Mechanical and Electrical Consultancy Services
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  225000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

71314100  -  Electrical services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71323100  -  Electrical power systems design services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
Main site or place of performance:  
Kirklees
II.2.4)

Description of the procurement

The Scope of Services for Mechanical and Electrical Consultancy Services shall comprise the following work elements:
Mechanical
Acoustical Design and Treatment in connection with the engineering services;
Air Conditioning and Mechanical Ventilation Services;
Boiler Plants and Auxiliaries;
Building Energy Management Systems;
HVAC Control Systems;
Calorifier Plants;
Cold Water Services;
Cooling-Water Services;
Pipework and Fittings;
Fire Protection Services;
Fuel Gas Incoming Supply and Distribution;
Heating Installations;
Hot Water Services;
Public Health and Plumbing Services;
Refrigeration Installations;
Thermal Insulation;
Vibration Control in connection with the engineering services;
Water Treatment and Filtration;
Kitchen (Commercial) Supply and Extract Installations;
Renewable Technologies;
Thermal Modelling Analysis; and
Building Information Modelling (BIM)
Electrical
Incoming Electrical Supplies (New and Upgrading);
LV Electrical Distribution Services;
Electricity Lighting and Power Installations, including fittings;
Standby and emergency lighting installations, including fittings;
Fire Detection and Alarm Services or Power and Containment for Fire Detection and Alarm Services;
Security system installations (intruder alarm, access control, Minor CCTV) or Power and Containment for Security System installations;
External amenity lighting and floodlighting;
Electrical power and containment for Mechanical Plant;
Earthing and bonding systems;
Structured cabling installations or containment for structured cabling installations (Voice, Data and Communications);
Energy metering and monitoring systems;
Public address, Personnel location and call services or Power and Containment for public address, Personnel location and call services (generally Assistance Call Systems in housing accommodation or PA systems in Market Halls);
Telephone equipment or distribution services;
Radio and television installations or Power and Containment for radio and television installations;
Renewable Technologies; and
Ancillary electrical items (Induction Loops, Soundfield systems and other facilities for disabilities)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  1) Resourcing of an Electrical Project  /  Weighting:  20%
Quality criterion  -  Name:  2) Resourcing of a Mechanical Project  /  Weighting:  20%
Quality criterion  -  Name:  3) Provision of Documentation  /  Weighting:  20%
Price  -  Weighting:  40%
II.2.11)

Information about options

Options: no
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-002454

Section V: Award of contract

Contract No: 1

Title: KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

16/05/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

ECS Consultants Limited
800312106
148 Stockport Road, Cheadle
Stockport
SK8 2DP
UK
NUTS code:  UKD3 -  Greater Manchester

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  225000.00  GBP
Total value of the contract/lot:  225000.00  GBP

Section V: Award of contract

Contract No: 2

Title: KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

16/05/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

JCP Consulting Engineers Ltd
376307049
1-2 Brenkley Way
Newcastle Upon Tyne
NE13 6DS
UK
Telephone: +441 2170888
NUTS code:  UKC22 -  Tyneside
Internet address: http://www.jcpce.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  225000.00  GBP
Total value of the contract/lot:  225000.00  GBP

Section V: Award of contract

Contract No: 3

Title: KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

16/05/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

NPS Property Consultants Limited
823853519
280 Fifers Lane
Norwich
NR6 6EQ
UK
Telephone: +44 1603894100
NUTS code:  UKH15 -  Norwich and East Norfolk
Internet address: http://www.nps.co.uk

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  225000.00  GBP
Total value of the contract/lot:  225000.00  GBP

Section V: Award of contract

Contract No: 4

Title: KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

16/05/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Ridge and Partners LLP
OC309402
The Cowyards, Blenheim Park, Oxford Road,
Woodstock
OX20 1QR
UK
NUTS code:  UKJ14 -  Oxfordshire

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  225000.00  GBP
Total value of the contract/lot:  225000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The contracting authority considers that this framework agreement may be suitable for economic operators that are small or medium enterprises (‘SMEs’). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the framework agreement will be awarded to the most economically advantageous tenders on the basis of most economically advantageous tender.
The procurement documentation can be found at: https://yortender.eu-supply.com
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
N/A
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.