Contract

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

  • Kirklees Council

F03: Contract award notice

Notice identifier: 2022/S 000-013415

Procurement identifier (OCID): ocds-h6vhtk-03102f

Published 19 May 2022, 9:56am



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall,Ramsden Street,

Huddersfield

HD1 2TA

Contact

Corporate Procurement

Email

Procurement@Kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

National registration number

GB184352457

Internet address(es)

Main address

http://www.kirklees.gov.uk

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

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

Reference number

KMCCD-011

two.1.2) Main CPV code

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.1.3) Type of contract

Services

two.1.4) Short description

Framework for the Provision of Mechanical and Electrical Consultancy Services

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £225,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71323100 - Electrical power systems design services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering 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

The Scope of Services for Mechanical and Electrical Consultancy Services 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)

Electrical

Incoming Electrical Supplies (New and Upgrading);

LV 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;

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)

two.2.5) Award criteria

Quality criterion - Name: 1) Resourcing of an Electrical Project / Weighting: 20%

Quality criterion - Name: 2) Resourcing of a Mechanical Project / Weighting: 20%

Quality criterion - Name: 3) Provision of Documentation / Weighting: 20%

Price - Weighting: 40%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: 2022/S 000-002454


Section five. Award of contract

Contract No

1

Title

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ECS Consultants Limited

148 Stockport Road, Cheadle

Stockport

SK8 2DP

Email

ITT@ecs-ecs.co.uk

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
National registration number

800312106

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: £225,000

Total value of the contract/lot: £225,000


Section five. Award of contract

Contract No

2

Title

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

JCP Consulting Engineers Ltd

1-2 Brenkley Way

Newcastle Upon Tyne

NE13 6DS

Email

philip.almond@jcpce.com

Telephone

+441 2170888

Country

United Kingdom

NUTS code
  • UKC22 - Tyneside
National registration number

376307049

Internet address

http://www.jcpce.com

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: £225,000

Total value of the contract/lot: £225,000


Section five. Award of contract

Contract No

3

Title

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

NPS Property Consultants Limited

280 Fifers Lane

Norwich

NR6 6EQ

Email

bids@nps.co.uk

Telephone

+44 1603894100

Country

United Kingdom

NUTS code
  • UKH15 - Norwich and East Norfolk
National registration number

823853519

Internet address

http://www.nps.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £225,000

Total value of the contract/lot: £225,000


Section five. Award of contract

Contract No

4

Title

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ridge and Partners LLP

The Cowyards, Blenheim Park, Oxford Road,

Woodstock

OX20 1QR

Email

gdavidson@ridge.co.uk

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
National registration number

OC309402

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £225,000

Total value of the contract/lot: £225,000


Section six. Complementary information

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 the framework agreement will be awarded to the most economically advantageous tenders on the basis of most economically advantageous tender.

The procurement documentation can be found at: https://yortender.eu-supply.com

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

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 incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was 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 Contract 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 Contract 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 Contract 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 Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.