Contract award notice

Information

Published

External Reference: 2022-511359

FTS Reference: 2022-023033

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

Kirklees Council
GB184352457
PO Box 1720
Huddersfield
HD1 2TA
UK
Contact person: Corporate Procurement
Telephone: +44 01484221000
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-016 Framework for the Provision of Clerk of Works Services
Reference number:  KMCCD-016
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework for the Provision of Clerk of Works Services. Clerk of Works services shall be provided to support the breadth and depth of construction and engineering works delivered by the Council. This includes full scope of services on medium to large new capital projects and major building refurbishments to single discipline support for small revenue projects and inspection of building repairs. Whilst this Framework is intended for predominantly Building, Mechanical and Electrical Clerk of Works Services, from time to time there may be a requirement for Civil Engineering Clerk of Works 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:  360000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

71520000  -  Construction supervision services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy 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

Framework for the Provision of Clerk of Works Services. Clerk of Works services shall be provided to support the breadth and depth of construction and engineering works delivered by the Council. This can include full scope of services on medium to large new capital projects and major building refurbishments to single discipline support for small revenue projects and inspection of building repairs. Whilst this Framework is intended for predominantly Building, Mechanical and Electrical Clerk of Works Services, from time to time there may be a requirement for Civil Engineering Clerk of Works Services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Resourcing – Larger Works  /  Weighting:  20%
Quality criterion  -  Name:  Resourcing – Smaller Works  /  Weighting:  20%
Quality criterion  -  Name:  Reports and 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 000-009421

Section V: Award of contract

Contract No: 1

Title: KMCCD-016 Framework for the Provision of Clerk of Works Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

26/07/2022
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  4
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Castle Owen Construction & Property Consultants Ltd
04345297
Unit 1 Hussar Court, Hillsborough Barracks
Sheffield
S6 2GZ
UK
NUTS code:  UKE32 -  Sheffield

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:  360000.00  GBP
Total value of the contract/lot:  360000.00  GBP

Section V: Award of contract

Contract No: 2

Title: KMCCD-016 Framework for the Provision of Clerk of Works Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

26/07/2022
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  4
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Clerks of works inspector services
08873037
Portland close Lindley Huddersfield
Huddersfield
Hd3 4bs
UK
Telephone: +44 01484945772
NUTS code:  UKE44 -  Calderdale and Kirklees

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:  360000.00  GBP
Total value of the contract/lot:  360000.00  GBP

Section V: Award of contract

Contract No: 3

Title: KMCCD-016 Framework for the Provision of Clerk of Works Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

26/07/2022
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  4
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Gage-Tupper & Associates Ltd.
12168233
Broadlands Office, Walcot Lane, Drankes Broughton
Pershore
WR10 2AL
UK
NUTS code:  UKG12 -  Worcestershire

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:  360000.00  GBP
Total value of the contract/lot:  360000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The contracting authority considers that this framework agreement may be suitable foreconomic operators that are small or medium enterprises (‘SMEs’). However, any selectionof economic operators will be based solely on the criteria set out for the procurement, andthe framework agreement will be awarded to the most economically advantageous tenderson 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 ten (10) calendar day standstill period at the point that information on the award of the Framework Agreement was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Framework to the successful economic operators. Such additional information was available for request from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Framework 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 Framework 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 Framework has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Framework to be ineffective.