- Scope of the procurement
- Lot 1. Architecture and Multi Disciplinary
- Lot 2. Project Management
- Lot 3. Quantity Surveying
- Lot 4. Mechanical and Electrical Engineering
- Lot 5. Structural / Light Civil Engineering
- Lot 6. Lift Consultancy
- Lot 7. Building Surveying
- Lot 8. Clerk of Works
- Lot 9. Conservation & Heritage Advice (Architecture)
Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Ramsden St, Town Hall, Huddersfield HD1 2TA
HUDDERSFIELD
HD12TA
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
Buyer's address
https://yortender.eu-supply.com
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Framework for the Provision of Professional Consultancy Services
Reference number
KMCCD-042
two.1.2) Main CPV code
- 71621000 - Technical analysis or consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council of the Borough of Kirklees ("the Council") intends to procure a Framework for the Provision of Professional Consultancy Services compromising of the following Lots:
Lot 1 - Architecture and Multi-Disciplinary
Lot 2 - Project Management
Lot 3 - Quantity Surveying
Lot 4 - Mechanical and Electrical Engineering
Lot 5 - Structural /Light Civil Engineering
Lot 6 - Lift Consultancy
Lot 7 - Building Surveying
Lot 8 - Clerk of Works
Lot 9 - Conservation & Heritage Advice (Architecture)
The Framework will be procured in accordance with the Open procedure under the Public Contracts Regulations 2015.
The estimated value of the Framework is approximately (£9,260,000.00) over 4-years.
Information and documentation relating to the framework agreement is found on YORtender - https://yortender.eu-supply.com.
The services performed on the framework will be in strict accordance with Kirklees Councils conditions including the project management handbook which will be published with the tender. This details an adaptation of the RIBA stages in line with the following:
• Stage 1 - Project Initiation
• Stage 2 - Project Development & Approval
• Stage 3 - Design
• Stage 4 - Tendering
• Stage 5 - Construction
• Stage 6 - Project Completion & Review
two.1.5) Estimated total value
Value excluding VAT: £9,260,000
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
Architecture and Multi Disciplinary
Lot No
1
two.2.2) Additional CPV code(s)
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Scope of Services for Architecture shall comprise the provision of design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, build-ability, construction safety, operation and maintenance
The Consultant will be required to provide a level of resource to achieve the programme for a specific commission and the resource proposed shall be both competent and suitably qualified to provide the required level of service for the complexity of the specific commission. This Lot requires that Architects hold, as a minimum, RIBA accreditation.
The Scope of Services for Multi-Disciplinary shall comprise the provision of design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, build ability, construction safety, operation and maintenance. The disciplines covered shall be Architecture, Mechanical and Electrical Engineering, Structural/Light Civil Engineering and Landscape Architecture. The Lead Consultant under a multi-disciplinary commission will always be the Architect unless specifically requested otherwise by the Client.
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
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
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Project Management
Lot No
2
two.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Scope of Services for Project Management shall principally involve the Project Manager acting as virtual extension of the Council's own staff, which enables the Council to be in control of the project at all times, whilst ensuring that the management role within the project is fulfilled. This will comprise undertaking Project Management Services to manage and control projects in terms of all aspects of 'Time, Cost and Quality' from project inception to completion, to include (but not limited to):
- Development and Implementation of Governance, Communication and Reporting Plans;
- Programme Management;
- Cost/Budget Management;
- Implementing Change Control Processes;
- Risk Management;
- Management and Co-ordination of Project Team Members and Consultants, and the information produced;
- Advising the Client at all stages of their required Statutory and Health and Safety Obligations and Duties i.e. Client Responsibilities under the CDM Regulations and Building Safety Act and ensuring that these duties and obligations are fulfilled/carried out.
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Quantity Surveying
Lot No
3
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Scope of Services for Quantity Surveying shall cover all the key duties outlined in the Specification for Stages 1 to 6 for all Contracts.
The Consultant will be required to provide a level of resource to achieve the programme for a specific commission and the resource proposed shall be both competent and suitably qualified to provide the required level of service for the complexity of the specific commission. This Lot requires that Consultants hold, as a minimum, RICS Accreditation.
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Mechanical and Electrical Engineering
Lot No
4
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Scope of Services for Mechanical and Electrical Engineering shall comprise the following work elements:
Mechanical:
Acoustical design and Treatment in connection with the engineering services;
Air Conditioning and Mechanical Ventilation Services;
Boiler plants and Auxiliaries;
Building Energy Management Systems;
HVAC control Systems;
Calorifier plants;
Cold Water Services;
Cooling-Water Services;
Pipework and Fittings;
Fire Protection Services;
Fuel Gas Incoming Supply and Distribution;
Heating Installations;
Hot Water Services;
Public Health and Plumbing Services;
Refrigeration Installations;
Thermal Insulation;
Vibration control in connection with the engineering services;
Water Treatment and Filtration;
Kitchen (Commercial) Supply and Extract Installations;
Renewable Technologies;
Thermal Modelling Analysis; and
Building Information Modelling (BIM)
Provide cost estimates, evaluation of tenders and variation review
Electrical:
Incoming Electrical Supplies (New and Upgrading);
EV Electrical Distribution Services;
Electricity Lighting and Power Installations, including fittings;
Standby and emergency lighting installations, including fittings;
Fire Detection and Alarm Services or Power and Containment for Fire Detection and Alarm Services;
Security system installations (intruder alarm, access control, Minor CCTV) or Power and Containment for Security System installations;
External amenity lighting and floodlighting;
Electrical power and containment for Mechanical plant;
Earthing and bonding systems;
Structured cabling installations or containment for structured cabling installations (Voice, Data and Communications);
Energy metering and monitoring systems;
Specification Lot 4 (Mechanical and Electrical Engineering)
Public address, Personnel location and call services or Power and Containment for public address, Personnel location and call services (generally Assistance Call Systems in housing accommodation or PA systems in Market Halls);
Telephone equipment or distribution services;
Radio and television installations or Power and Containment for radio and television installations;
Renewable Technologies; and
Ancillary Electrical items (Induction Loops, Soundfield systems and other facilities for disabilities)
Building Information Modelling (BIM)
Provide cost estimates, evaluation of tenders and variation review
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Structural / Light Civil Engineering
Lot No
5
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Scope of Services for Structural & Light Civil Engineering shall comprise the following work elements:
Earthworks and excavation;
Foundations including forms of piling but not the design of the piling;
Earth and water retaining structures including reinforced earth;
Ground and surface treatment;
Local and main, public health and land drainage; inspection chambers, sewers, interceptors, tanks, treatment works and ground dewatering;
Paving and surfacing; roads, car parks and footpaths;
Structures in in-situ or precast concrete employing unreinforced, reinforced or pre-stressed techniques;
Structures in masonry, brickwork or blockwork, unreinforced or reinforced;
Structures in Demolition of structures;
Metalwork, ferrous or non-ferrous;
Building information modelling (BIM); and
Provide cost estimates, evaluation of tenders and variation review
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Lift Consultancy
Lot No
6
two.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
- 71315210 - Building services consultancy services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The key task is the provision of lift consultancy services on selected schemes and programmes of work.
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £160,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Building Surveying
Lot No
7
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Scope of Services for Building Surveying shall comprise the following work elements, irrespective of whether the Consultant is providing the work elements under a Single Discipline commission (in which case the Consultant will also act as Lead Consultant in accordance with the requirement of this Specification) or under a Multi-Disciplinary commission (in which case the Consultant will be appointed as part of a wider design team and will report to a Lead Consultant):
Providing cost information for use in the council's asset management portfolio;
Investigations and feasibility studies including cost estimates;
DDA and fire risk assessments surveys;
To advise and act on behalf of us as Landlord or Tenants Surveyor Carrying out dilapidation's survey work to include review of lease and other supporting documentation, preparation and service of schedules, on our behalf as Landlord or Tenants Surveyor and achieve financial settlements in line with the Law of Property Act 1925 and Landlord and Tenant Act 1985;
Redesign and refurbishment of all non-housing buildings in line with the councils statutory bodies e.g. Building Control and planning authorities;
Management and coordination of single and multi-disciplinary works including take lead role as designer, principal designer, lead consultant, technical advisor, clerk of works and project manager;
Liaison with and submission of LBC applications;
Preparation of health and safety plans, risk assessments and associated CDM roles as required;
Building fabric construction for pitched and flat roofs;
Preparation of tender documentation including full technical specifications;
Provide technical building knowledge and advice to senior managers, council members, planning and building control officers;
Provision of CAD drawings for use with tender documentation;
Onsite supervision of our partner organisations and private contractors;
Use of existing framework agreements or traditional tender process to procure certain types of building fabric work;
Financial control of the Council's budgets and funding streams;
Preparation of design access statements;
Preparation of documentation for use in both building regulation and listed building applications;
Term contract management programming including gutter cleaning, elections and winter maintenance;
Carry out reactive and planned maintenance works including responding to emergencies during period of severe weather or as requested from our individual Clients;
Contribute to and advise Project Lead Consultant on issues of Inclusion and Diversity in line with the Council's policies, Building Regulations current best practice
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Clerk of Works
Lot No
8
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
1.1 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.
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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) Description
two.2.1) Title
Conservation & Heritage Advice (Architecture)
Lot No
9
two.2.2) Additional CPV code(s)
- 45212350 - Buildings of particular historical or architectural interest
- 71200000 - Architectural and related services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
In addition to the required key Consultancy skills and expertise listed in Appendix A below, the Scope of Specialist Services for Conservation and Heritage Advice shall comprise but not be limited to the following work elements:
Production of Conservation Audits and Conservation management Plans as required;
Management and Co-ordination of Conservation Specialists on a given project or projects;
Design advice for the alteration, refurbishment and/or extension of Listed Buildings or Heritage Assets;
Carry out surveys and Listed Building /Heritage Asset Assessments;
Providing appropriate Sustainability advice for listed buildings or heritage assets;
Providing a leading role on effective dialogue with Local Planning Authority on matters related to the alteration, refurbishment and/or extension of listed buildings and/or heritage assets to ensure successful obtainment of planning consent and/or listed building and/or conservation area consent;
Carry out or arrange Access audits and accessibility design advice for listed buildings or heritage assets where necessary;
Liaise with other internal and external consultants from time to time in a collaborative manner in order to develop scheme and detailed designs;
Provide estimates for the restoration and conservation costs of specific project commissions;
Advising the project lead and or Council as owners of specific politically sensitive buildings at risk or redundant buildings;
Advising on best practice and policy measures and controls both locally and nationally;
Providing expert knowledge and awareness of regeneration projects where these may affect specific heritage assets commissions;
Sourcing grants and other funding for conservation work to assist on specific project commissions;
Liaise and negotiate with Historic England and other appropriate bodies as and when required on specific commissions to achieve the best outcome for a specific project commission as requested;
Assist the Project Lead on provide best practice advice to conserving listed buildings and heritage assets where required by Local Authority Conservation and Planning Officers;
Understand, advise and challenge if necessary, on the designation of heritage assets where this conflicts project client brief requirements;
Contribute to and assist in consultations with and presentations at public enquiries if required;
Contribute to and assist with the planning, management and supervision of long-term heritage assets if required;
Contribute to and advise Project Lead Consultant with discharging the requirements of enforcement notices, Listed Building Conditions or any other specific Heritage Asset related Planning conditions and / or other related issues;
Contribute to and advise the project lead consultant as appropriate on the current Building Safety Act and Construction Design and Management regulations;
Contribute to and advise Project Lead Consultant on issues of Climate Change in line with the Council's policies, Building Regulations and current best practice;
Contribute to and advise Project Lead Consultant on issues of Fire Strategy, Prevention, Detection and Suppression in cooperation with the Council's Fire Safety Teams, Building Regulations and current best practice;
Contribute to and advise Project Lead Consultant on issues of Inclusion and Diversity in line with the Council's policies, Building Regulations current best practice
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-000541
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2025
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
31 March 2025
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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom