Contract award notice

Information

Published

External Reference: 2024-543743

FTS Reference: 2024-016153

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

Leeds City Council
171459162
Civic Hall, 3rd Floor West,
Leeds
LS1 1UR
UK
NUTS code:  UKE42 -  Leeds
Internet address(es):
City of Bradford Metropolitan District Council
City Hall
Bradford
BD1 1HT
UK
NUTS code:  UKE41 -  Bradford
Internet address(es):
The Borough Council of Calderdale
3rd Floor, Princess Buildings, Princess Street
Halifax
HX1 1TS
UK
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
Kirklees Council
Market Street
Huddersfield
HD1 1WG
UK
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
Wakefield Metropolitan District Council
Wakefield One, Burton Street
Wakefield
WF1 2EB
UK
NUTS code:  UKE45 -  Wakefield
Internet address(es):
City of York Council
West Offices, Station Rise
York
YO1 6GA
UK
NUTS code:  UKE21 -  York
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
The contract is awarded by a central purchasing body
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

Major Consultants Framework 2024-2026
II.1.2)

Main CPV code

71311210  -  Highways consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This framework will be used to provide technical inspections and testing services to various locations within the administrative areas of the relevant Contracting Authorities, primarily being City of Bradford District Council, The Borough Council of Calderdale, Leeds City Council, Kirklees Council, City of Wakefield District Council, City of York Council and any other Local Authority (as defined in the Local Government Act 1972) within the Yorkshire and Humber Region that are a member of the Yorkshire Highway Alliance.
II.1.6)

Information about lots

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

Total value of the procurement

Lowest offer:  1.00  GBP / Highest offer:  25000000.00  GBP   taken into consideration  (excluding VAT)
II.2)

Description

II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71311200  -  Transport systems consultancy services
71311300  -  Infrastructure works consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
II.2.3)

Place of performance

NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
Main site or place of performance:  
Leeds, West Yorkshire
II.2.4)

Description of the procurement

This framework will be used to provide consultant services for the Yorkshire Highways Alliance authorities.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  700
Cost criterion  -  Name:  Price  /  Weighting:  300
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: 2024/S 000-001490

Section V: Award of contract

Contract No: 1

Title: Major Consultants Framework 2024-2026

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

Award of contract

V.2.1)

Date of conclusion of the contract

21/05/2024
V.2.2)

Information about tenders

Number of tenders received:  6
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

AECOM Ltd
1846493
Aldgate Tower, 2 Leman Street
London
E1 8FA
UK
Telephone: +44 2076452000
NUTS code:  UK -  UNITED KINGDOM
Internet address: http://www.aecom.com

The contractor is an SME : no
V.2.4)

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

Lowest offer:  1.00  GBP / Highest offer:  25000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 2

Title: Major Consultants Framework 2024-2026

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

Award of contract

V.2.1)

Date of conclusion of the contract

21/05/2024
V.2.2)

Information about tenders

Number of tenders received:  6
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

WSP UK Ltd
01383511
WSP House, 70 Chancery Lane
London
WC2A 1AF
UK
Telephone: +44 2073145000
NUTS code:  UK -  UNITED KINGDOM
Internet address: http://www.wsp-pb.co.uk

The contractor is an SME : no
V.2.4)

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

Lowest offer:  1.00  GBP / Highest offer:  25000000.00  GBP   taken into consideration

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the ( for Public Sector ) Public Contracts Regulations 2015 ( SI 2015 No 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 brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.