[FtsS09F02ContractNotice]

[Information]

[Published]

[ExpireDate]: 13/05/2022

[ExternalReference]: 2022-558729

[FtsReference]: 2022-009421

[FtsS09F02ContractNotice]

[NoticeContract]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Kirklees Council
GB184352457
PO Box 1720
Huddersfield
HD1 2TA
UK
[Contactpoint]: Corporate Procurement
[AddressPhone]: +44 01484221000
[Nutscode]:  UKE44 -  Calderdale and Kirklees
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45811&B=UK
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

KMCCD-016 Framework for the Provision of Clerk of Works Services
[Fileref]:  KMCCD-016
II.1.2)

[CpvMain]

71000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 360000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71520000  - 
71521000  - 
71530000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKE44 -  Calderdale and Kirklees
[MainsiteplaceWorksDelivery]:  
Kirklees
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Resourcing – Larger Works  /  [Weighting]:  20%
[AwardCriterionQuality]  -  [AwardCriterionName]:  Resourcing – Smaller Works  /  [Weighting]:  20%
[AwardCriterionQuality]  -  [AwardCriterionName]:  Reports and Documentation  /  [Weighting]:  20%
[Price]  -  [Weighting]:  40%
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 360000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire (‘SQ’) within the Tenderer Submission Documents which are available to download at: https://yortender.eu-supply.com or is available at the address setout in Sections I.1) and I.3) of this Notice above.
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
See Section 4 of the SQ (available to download at: https://yortender.eu-supply.com).
Economic operators must submit either
a) copy of the audited accounts for the most recent two (2) years if requested. If it cannot,then it must provide either:
b) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation;
c) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or
d) alternative means of demonstrating financial status if any of the above are not available(e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of:
a) the name of the organisation;
b) the relationship to the economic operator completing the SQ; the organisation’s company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank)
Insurance -
See Section 8.1 of the SQ (available to download at: https://yortender.eu-supply.com).
Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below:
a) Employer’s (Compulsory) Liability Insurance £10,000,000 (in relation to any one claim or series of claims); and
b) Public Liability Insurance £10,000,000 (in relation to any one claim or series of claims)
[MinStandardsRequired]:  
Finance -
See Section 4 of the Selection Questionnaire (available to download at: https://yortender.eu-supply.com).
The rationale applied will be economic operators being able to demonstrate an annual turnover of at least equal to the estimated annual value as outlined within the Tender Documents (£120,000.00 is the estimated annual value therefore Suppliers will have to demonstrate an annual turnover of at least £120,000.00) and a positive net worth. Failure by an economic operator to supply either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) – (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator’s ability to properly perform the Contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator’s company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic operator.
Insurance –
See 8.1 of the SQ (available to download at: https://yortender.eu-supply.com).
Failure to indicate ‘Yes’ to any of the required insurances stated in Section 8.1 will result in exclusion.
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://yortender.eu-supply.com).
[MinStandardsRequired]:  
Pass – The Candidate has provided EITHER:
a) at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with a Specific Contract from the Framework;
OR
b) a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority’s requirements under the Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ.
HOWEVER, economic operators are asked to note that:
c) If economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples.
d) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s). Any replies from any named customer contact(s)which lead the contracting authority, acting reasonably,to doubt any significant representations made in the economic operator’s responses to Section 6 may result in exclusion.
Fail – The economic operator:
a) has failed to provide any examples of any previous contracts in response to Section 6 of the SQ;
AND
b) has failed to provide a satisfactory reason as to why they were unable to provide any examples;
c) the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with a Specific Contract from the Framework.
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  3
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  2022-05-09
[Time]:  13:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  2022-05-09
[Time]:  13:00
[OpeningPlace]:  
Kirklees
[OpeningAdditInfo]:  
Opening procedure via Electronic Tendering portal. Audit record logged on system upon opening following the submission deadline expiration and also recorded by a member of the Procurement Team unrelated to the Tender document preparation.

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of England and Wales
N/A
UK

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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 will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Framework Agreement is 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 Framework 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 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.