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
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104
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 were 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.
The Framework comprises two Lots:
Lot 1 - Kirklees Council Corporate Landlord
Lot 2 - Kirklees Council Housing and Neighbourhoods
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,500,000
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
Quality criterion - Name: Survey Quality Review / Weighting: 10%
Quality criterion - Name: Investigation process on a completed four stage clearance / Weighting: 10%
Quality criterion - Name: Risks and Issues / Weighting: 10%
Quality criterion - Name: Staff Competence Monitoring / Weighting: 10%
Quality criterion - Name: Turnaround timescales / Weighting: 10%
Quality criterion - Name: Complaints procedure / Weighting: 10%
Quality criterion - Name: Safeguarding / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of options
Initial 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;
• Access equipment (as required to carry out works); and
• Individual staff rates for practitioners etc.
two.2.5) Award criteria
Quality criterion - Name: Survey Quality Review / Weighting: 10%
Quality criterion - Name: Investigation process on a completed four stage clearance / Weighting: 10%
Quality criterion - Name: Risks and Issues / Weighting: 10%
Quality criterion - Name: Staff Competence Monitoring / Weighting: 10%
Quality criterion - Name: Turnaround timescales / Weighting: 10%
Quality criterion - Name: Complaints procedure / Weighting: 10%
Quality criterion - Name: Safeguarding / Weighting: 10%
Price - Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of options
Initial Framework Period: 3rd April 2023 - 2nd April 2025 with the provision to extend for up to two (2) twelve (12) month periods.
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
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: 2023/S 000-001020
Section five. Award of contract
Lot No
1
Title
Lot 1 - Kirklees Council Corporate Landlord
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 March 2023
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Acorn Analytical Services Limited
Cleckheaton
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
Companies House
04723192
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bradley Environmental Consultants Ltd
Halesowen
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
Companies House
02573757
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Kordus Consulting Limited
Mansfield
Country
United Kingdom
NUTS code
- UKF1 - Derbyshire and Nottinghamshire
Companies House
10890170
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Lucion Services Limited
Gateshead
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
Companies House
06495874
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Testing Lab PLC
Doncaster
Country
United Kingdom
NUTS code
- UKE31 - Barnsley, Doncaster and Rotherham
Companies House
07352591
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,500,000
Total value of the contract/lot: £1,500,000
Section five. Award of contract
Lot No
2
Title
Lot 2 - Kirklees Council Housing and Neighbourhoods
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 March 2023
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 7
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Acorn Analytical Services Limited
Cleckheaton
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
Companies House
04723192
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bradley Environmental Consultants Ltd
Halesowen
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
Companies House
02573757
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Environtec Limited
Hatfield Peverel, Chelmsford
Country
United Kingdom
NUTS code
- UKH3 - Essex
Companies House
02981693
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Lucion Services Ltd
Gateshead
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
Companies House
06495874
The contractor is an SME
No
five.2.3) Name and address of the contractor
SGS United Kingdom Limited
Ellesmere Port
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
Companies House
01193985
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Tersus Consultancy Limited
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01912115
The contractor is an SME
No
five.2.3) Name and address of the contractor
Thames Laboratories Holdings Limited
Fenstanton
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
Companies House
13470464
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
The Testing Lab PLC
Doncaster
Country
United Kingdom
NUTS code
- UKE31 - Barnsley, Doncaster and Rotherham
Companies House
07352591
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Westfield Compliance (Technical Services) Limited
Bradford
Country
United Kingdom
NUTS code
- UKE41 - Bradford
Companies House
12222034
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,000,000
Total value of the contract/lot: £6,000,000
Section six. Complementary information
six.3) Additional information
The contracting authority considered that this framework agreement was suitable for economic operators that are small or medium enterprises ('SMEs'). However, any selection of economic operators was based solely on the criteria set out for the procurement, and suppliers were 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 incorporated a minimum 10 calendar day standstill period at the point information on entering into the agreement was issued to participating economic operators.
Additional information may 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) provides 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).
Following the correct implementation of the 10 day standstill period and publication of appropriate notices the court may only award damages as the agreement has been entered into.