Contract

KMCCD-016 Framework for the Provision of Clerk of Works Services

  • Kirklees Council

F03: Contract award notice

Notice identifier: 2022/S 000-023033

Procurement identifier (OCID): ocds-h6vhtk-032b68

Published 18 August 2022, 4:57pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

PO Box 1720

Huddersfield

HD1 2TA

Contact

Corporate Procurement

Email

procurement@kirklees.gov.uk

Telephone

+44 01484221000

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-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.