Tender

KMCCW-018 Research Services DPS

  • Kirklees Council

F02: Contract notice

Notice identifier: 2025/S 000-005082

Procurement identifier (OCID): ocds-h6vhtk-04df12

Published 14 February 2025, 10:25am



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall, Ramsden Street

HUDDERSFIELD

HD12TA

Contact

Anna Bowtell

Email

anna.bowtell@kirklees.gov.uk

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

https://www.kirklees.gov.uk

Buyer's address

https://www.kirklees.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://yortender.eu-supply.com

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

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

KMCCW-018 Research Services DPS

Reference number

KMCCW-018

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to establish a Dynamic Purchasing System to replace the current Research Framework and enable the provision of any external research Services commissioned by/on behalf of Kirklees Council.

This notice replaces 2021/S 000-012907 and corrigendum 2021/S 000-029645. The end date has been amended in accordance with the transitional arrangements of the Procurement Act 2023.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

The Council is seeking to establish a Dynamic Purchasing System to replace the current Research Framework and enable the provision of any external research Services commissioned by/on behalf of Kirklees Council.

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: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

91

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Council of the Borough of Kirklees (the "Council") is conducting this procurement process in accordance with the Public Contracts Regulations 2015 (SI 2015/102) and intends to establish a Dynamic Purchasing System ("DPS") for the provision of Research Services on a non-exclusive basis to meet its own organisational and business needs with suitably qualified Contractors (the "Service" or "Services") by which Applicants (the "Contractors") can become eligible to bid to provide Specific Contracts for Services.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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

Tenderers' Submission Document, which is available to download at: https://yortender.eu-supply.com

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

23 February 2029

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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

This notice replaces 2021/S 000-012907 and corrigendum 2021/S 000-029645. The end date has been amended in accordance with the transitional arrangements of the Procurement Act 2023.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Economic operators who are unsuccessful at the SQ stage shall be informed by the contracting authority as soon as possible after the decision is made as to the reasons why the application to join the DPS was unsuccessful. If an economic operator requires any additional information following this initial de-briefing, this should be requested from the address at Section I.1 of this notice. If an appeal regarding the decision to award a position on the DPS 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 30 days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen. 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 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and /or order the duration of the contract to be shortened. If however the contract has been concluded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.