Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
PO Box 1720
Huddersfield
HD1 2TA
Contact
Corporate Procurement
Telephone
+44 01484221000
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-016 Framework for the Provision of Clerk of Works Services
Reference number
KMCCD-016
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Framework for the Provision of Clerk of Works Services. Clerk of Works services shall be provided to support the breadth and depth of construction and engineering works delivered by the Council. This includes 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. Whilst this Framework is intended for predominantly Building, Mechanical and Electrical Clerk of Works Services, from time to time there may be a requirement for Civil Engineering Clerk of Works 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: £360,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71530000 - Construction consultancy 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
Framework for the Provision of Clerk of Works Services. 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. Whilst this Framework is intended for predominantly Building, Mechanical and Electrical Clerk of Works Services, from time to time there may be a requirement for Civil Engineering Clerk of Works Services.
two.2.5) Award criteria
Quality criterion - Name: Resourcing – Larger Works / Weighting: 20%
Quality criterion - Name: Resourcing – Smaller Works / Weighting: 20%
Quality criterion - Name: Reports and 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 000-009421
Section five. Award of contract
Contract No
1
Title
KMCCD-016 Framework for the Provision of Clerk of Works Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 July 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Castle Owen Construction & Property Consultants Ltd
Unit 1 Hussar Court, Hillsborough Barracks
Sheffield
S6 2GZ
Country
United Kingdom
NUTS code
- UKE32 - Sheffield
National registration number
04345297
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: £360,000
Total value of the contract/lot: £360,000
Section five. Award of contract
Contract No
2
Title
KMCCD-016 Framework for the Provision of Clerk of Works Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 July 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Clerks of works inspector services
Portland close Lindley Huddersfield
Huddersfield
Hd3 4bs
Telephone
+44 01484945772
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
National registration number
08873037
Internet address
http://https://clerksofworks.co.uk
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: £360,000
Total value of the contract/lot: £360,000
Section five. Award of contract
Contract No
3
Title
KMCCD-016 Framework for the Provision of Clerk of Works Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 July 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Gage-Tupper & Associates Ltd.
Broadlands Office, Walcot Lane, Drankes Broughton
Pershore
WR10 2AL
Country
United Kingdom
NUTS code
- UKG12 - Worcestershire
National registration number
12168233
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: £360,000
Total value of the contract/lot: £360,000
Section six. Complementary information
six.3) Additional information
The contracting authority considers that this framework agreement may be suitable foreconomic operators that are small or medium enterprises (‘SMEs’). However, any selectionof economic operators will be based solely on the criteria set out for the procurement, andthe framework agreement will be awarded to the most economically advantageous tenderson 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 ten (10) calendar day standstill period at the point that information on the award of the Framework Agreement was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Framework to the successful economic operators. Such additional information was available for request from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Framework 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 Framework 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 Framework has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Framework to be ineffective.