- 1. KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services
- 2. KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services
- 3. KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services
- 4. KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services
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
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
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
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
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
Telephone
+441 2170888
Country
United Kingdom
NUTS code
- UKC22 - Tyneside
National registration number
376307049
Internet address
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
Telephone
+44 1603894100
Country
United Kingdom
NUTS code
- UKH15 - Norwich and East Norfolk
National registration number
823853519
Internet address
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
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.