Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall, Ramsden Street
HUDDERSFIELD
HD1 2TA
Contact
Corporate Procurement
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Provision of Asbestos Consultancy Services
Reference number
KMCFM-023
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Asbestos Consultancy Services (the "Services") under a proposed Framework Agreement.
The Framework Agreement will allow for the Council to discharge their duties by providing access to the following Services, including but not limited to:
• Asbestos management and refurbishment & demolition surveys;
• Air monitoring and four stage clearances;
• Bulk sampling and bulk sample analysis;
• Re-inspections;
• Reactive response and call out;
• Training;
• Expert witness;
• Access equipment (as required to carry out works); and
• Individual staff rates for practitioners etc.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Kirklees Council Corporate Landlord
Lot No
1
two.2.2) Additional CPV code(s)
- 71313450 - Environmental monitoring for construction
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees
two.2.4) Description of the procurement
Lot One is for the provision of these services across the Kirklees Corporate property portfolio including buildings such as schools, offices, and retail.
The Framework Agreement will allow for the Council to discharge their duties by providing access to the following Services, including but not limited to:
• Asbestos management and refurbishment & demolition surveys;
• Air monitoring and four stage clearances;
• Bulk sampling and bulk sample analysis;
• Re-inspections;
• Reactive response and call out;
• Training;
• Expert witness;
• Access equipment (as required to carry out works); and
• Individual staff rates for practitioners etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Prior to the expiry of this Framework, a further procurement exercise will be undertaken to ensure a mechanism is in place for future asbestos consultancy requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Framework Period: 3rd April 2023 - 2nd April 2025 with the provision to extend for up to two (2) twelve (12) month periods.
two.2) Description
two.2.1) Title
Lot 2 - Kirklees Council Housing and Neighbourhoods
Lot No
2
two.2.2) Additional CPV code(s)
- 71313450 - Environmental monitoring for construction
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Kirklees
two.2.4) Description of the procurement
Lot Two is for the provision of these services to the Kirklees Homes & Neighbourhoods portfolio, primarily for domestic properties and offices.
The Framework Agreement will allow for the Council to discharge their duties by providing access to the following Services, including but not limited to:
• Asbestos management and refurbishment & demolition surveys;
• Air monitoring and four stage clearances;
• Bulk sampling and bulk sample analysis;
• Re-inspections;
• Reactive response and call out;
• Training;
• Expert witness;
• Access equipment (as required to carry out works); and
• Individual staff rates for practitioners etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Prior to the expiry of this Framework, a further procurement exercise will be undertaken to ensure a mechanism is in place for future asbestos consultancy requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3rd April 2023 - 2nd April 2025 with the provision to extend for up to two (2) twelve (12) month periods.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 February 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 February 2023
Local time
1:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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 suppliers will be appointed to the framework on the basis of the most economically advantageous tenders.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Kirklees Council will incorporate a minimum 10 calendar day standstill period at the point information on entering into the agreement is issued to participating economic operators.
Additional information should be requested from the addressee found in I.1). If an appeal regarding entering into the agreement has not been successfully resolved the 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 (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen). Where the agreement has not been entered into the court may order the setting aside of the decision to enter into the agreement or order Kirklees to amend any document and may award damages.
Following the correct implementation of a 10 day standstill period and publication of appropriate notices the court may only award damages once the agreement has been entered into.