Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall, Ramsden Street
Huddersfield
HD1 2TA
Contact
Sam Mannion
highways.contracts@kirklees.gov.uk
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://yortender.eu-supply.com
one.1) Name and addresses
York City Council
Hazel Court, James Street
York
YO10 3DS
Contact
Sam Mannion
highways.contracts@kirklees.gov.uk
Country
United Kingdom
Region code
UKE21 - York
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com
one.1) Name and addresses
City of Bradford Metropolitan District Council
City Hall, Channing Way
Bradford
BD1 1HY
Contact
Sam Mannion
highways.contracts@kirkleees.gov.uk
Country
United Kingdom
Region code
UKE41 - Bradford
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com
one.1) Name and addresses
The Borough of Calderdale Council
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Sam Mannion
highways.contracts@kirklees.gov.uk
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://yortender.eu-supply.com
one.1) Name and addresses
Leeds City Council
Civic Hall, Calverly Street
Leeds
LS1 1UR
Contact
Sam Mannion
highways.contracts@kirklees.gov.uk
Country
United Kingdom
Region code
UKE42 - Leeds
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com
one.1) Name and addresses
City of Wakefield Metropolitan Council
WF1 2HQ
Wakefield
WF1 2HQ
Contact
Sam Mannion
highways.contracts@kirklees.gov.uk
Country
United Kingdom
Region code
UKE45 - Wakefield
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com
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 Agreement for Highway Drainage Maintenance Yorkshire Highway Alliance Contract
Reference number
KMCHS-390
two.1.2) Main CPV code
- 45232452 - Drainage works
two.1.3) Type of contract
Works
two.1.4) Short description
The Council of the Borough of Kirklees (the "Council") is conducting this procurement process using the open procedure in accordance with the Public Contracts Regulations 2015 ("PCR"). The procurement documentation has been made available following the publication of the Contract Notice on the UK e-notification service.
This new framework is being procured to replace the current Framework (KMCHS-250) which expires on 31st January 2023.
Tenders are therefore invited by the Council and the Other Contracting Authorities:
City of Bradford Metropolitan Council - Lot 1,
The Borough of Calderdale Council - Lot 2,
Kirklees Council - Lot 3,
Leeds City Council - Lot 4,
City of Wakefield Metropolitan District Council - Lot 5,
City of York Council - Lot 6.
Suppliers (Contractors) with relevant experience and ability to demonstrate sufficient capacity for a range of Highway Drainage Maintenance activities are encouraged to apply.
This framework will be available across the region of Yorkshire and Humberside, and will be used by Contracting Authorities included on an 'ad hoc' basis. The 'Work' or 'The Works' will be under the ''Highway Drainage Maintenance Yorkshire Alliance Contract' (the 'Framework Agreement').
The framework will be advertised on YORtender (tender platform) - https://yortender.eu-supply.com
two.1.5) Estimated total value
Value excluding VAT: £9,620,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
City of Bradford Metropolitan Council - Lot 1, The Borough of Calderdale Council - Lot 2, Kirklees Council - Lot 3, Leeds City Council - Lot 4, City of Wakefield Metropolitan District Council - Lot 5, City of York Council - Lot 6.
two.2) Description
two.2.1) Title
City of Bradford Metropolitan District Council
Lot No
1
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45232452 - Drainage works
- 45232453 - Drains construction work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKE41 - Bradford
Main site or place of performance
Geographical area of Bradford, West Yorkshire.
two.2.4) Description of the procurement
The "Works" under a proposed Framework Agreement will consist of Highway Drainage Maintenance, within the geographical boundary and administrative areas as described at II.1.4 of this notice.
This Lot relates to the administrative area of: The City of Bradford Metropolitan District Council - Lot 1
Economic Operators may price for one, or more, or all of the lots as detailed at Section II.1.4 of this notice. All of the other contracting authorities shall be hereafter defined as the "contracting authorities" for whom the principal contracting authority (i.e. the Council of the Borough of Kirklees) will act as the contract administrator in relation to the Framework Agreement (available to download at: https://yortender.eu-supply.com).
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Framework Agreement is 1st March 2023 - 28th February 2025 (With an option to extend for two (2) years up to 28th February 2027)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
The Borough of Calderdale Council
Lot No
2
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45232452 - Drainage works
- 45232453 - Drains construction work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Geographical area of Calderdale, West Yorkshire.
two.2.4) Description of the procurement
The "Works" under a proposed Framework Agreement will consist of Highway Drainage Maintenance, within the geographical boundary and administrative areas as described at II.1.4 of this notice.
This Lot relates to the administrative area of: The Borough of Calderdale Council - Lot 2
Economic Operators may price for one, or more, or all of the lots as detailed at Section II.1.4 of this notice. All of the other contracting authorities shall be hereafter defined as the "contracting authorities" for whom the principal contracting authority (i.e. the Council of the Borough of Kirklees) will act as the contract administrator in relation to the Framework Agreement (available to download at: https://yortender.eu-supply.com).
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £1,320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Framework Agreement is 1st March 2023 - 28th February 2025 (With an option to extend for two (2) years up to 28th February 2027)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
The Council of the Borough of Kirklees
Lot No
3
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45232452 - Drainage works
- 45232453 - Drains construction work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Geographical area of Kirklees, West Yorkshire
two.2.4) Description of the procurement
The "Works" under a proposed Framework Agreement will consist of Highway Drainage Maintenance, within the geographical boundary and administrative areas as described at II.1.4 of this notice.
This Lot relates to the administrative area of: The Council of the Borough Kirklees - Lot 3
Economic Operators may price for one, or more, or all of the lots as detailed at Section II.1.4 of this notice. All of the other contracting authorities shall be hereafter defined as the "contracting authorities" for whom the principal contracting authority (i.e. the Council of the Borough of Kirklees) will act as the contract administrator in relation to the Framework Agreement (available to download at: https://yortender.eu-supply.com).
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £3,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Framework Agreement is 1st March 2023 - 28th February 2025 (With an option to extend for two (2) years up to 28th February 2027)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Leeds City Council
Lot No
4
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45232452 - Drainage works
- 45232453 - Drains construction work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
Main site or place of performance
Geographical area of Leeds, West Yorkshire
two.2.4) Description of the procurement
The "Works" under a proposed Framework Agreement will consist of Highway Drainage Maintenance, within the geographical boundary and administrative areas as described at II.1.4 of this notice.
This Lot relates to the administrative area of: Leeds City Council - Lot 4
Economic Operators may price for one, or more, or all of the lots as detailed at Section II.1.4 of this notice. All of the other contracting authorities shall be hereafter defined as the "contracting authorities" for whom the principal contracting authority (i.e. the Council of the Borough of Kirklees) will act as the contract administrator in relation to the Framework Agreement (available to download at: https://yortender.eu-supply.com).
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Framework Agreement is 1st March 2023 - 28th February 2025 (With an option to extend for two (2) years up to 28th February 2027)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
City of Wakefield Metropolitan District Council
Lot No
5
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45232452 - Drainage works
- 45232453 - Drains construction work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
Main site or place of performance
Geographical area of Wakefield, West Yorkshire
two.2.4) Description of the procurement
The "Works" under a proposed Framework Agreement will consist of Highway Drainage Maintenance, within the geographical boundary and administrative areas as described at II.1.4 of this notice.
This Lot relates to the administrative area of: City of Wakefield Metropolitan District Council - Lot 5
Economic Operators may price for one, or more, or all of the lots as detailed at Section II.1.4 of this notice. All of the other contracting authorities shall be hereafter defined as the "contracting authorities" for whom the principal contracting authority (i.e. the Council of the Borough of Kirklees) will act as the contract administrator in relation to the Framework Agreement (available to download at: https://yortender.eu-supply.com).
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £2,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Framework Agreement is 1st March 2023 - 28th February 2025 (With an option to extend for two (2) years up to 28th February 2027)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
City of York Council
Lot No
6
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45232452 - Drainage works
- 45232453 - Drains construction work
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
Geographical area of York, North Yorkshire
two.2.4) Description of the procurement
The "Works" under a proposed Framework Agreement will consist of Highway Drainage Maintenance, within the geographical boundary and administrative areas as described at II.1.4 of this notice.
This Lot relates to the administrative area of: The City of York Council - Lot 6
Economic Operators may price for one, or more, or all of the lots as detailed at Section II.1.4 of this notice. All of the other contracting authorities shall be hereafter defined as the "contracting authorities" for whom the principal contracting authority (i.e. the Council of the Borough of Kirklees) will act as the contract administrator in relation to the Framework Agreement (available to download at: https://yortender.eu-supply.com).
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
The anticipated commencement date for the Framework Agreement is 1st March 2023 - 28th February 2025 (With an option to extend for two (2) years up to 28th February 2027)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii) Regulations 57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the selection questionnaire ("SQ") available from the address as set out in Section (I.1) of this notice above, the Council of the Borough of Kirklees acting as the principal contracting authority reserves the right to refuse any Contractor's application and to exclude its tender from the evaluation in any of the circumstances as follows:
(i) in the event the completed SQ, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the SQ or any of the other Tender Documents; and/or;
(ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015(SI2015/102), which requires or permits the principal contracting authority not to select or to treat any Contractor to as an ineligible Contractor; and / or
(iii) Contractors scoring "Fail" in the SQ will not be selected for consideration of their tender submission.
Section 7 - Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015.
Answering "Yes" to question 7.1 and "No" to Question 7.2 will result in exclusion unless the Contractor:
(1) can demonstrate that you are legally exempt from the requirement to comply with the annual reporting requirements contained within section 54 of the Act; or
(2) commit to comply with such reporting requirements within 6 months of the date of your submitted questionnaire.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The performance of the Works Orders by the Contractor during the Framework Period will be subject to review by the principal contracting authority and the other contracting authorities, carried out in accordance with the tender documents which are available to download at https://yortender.eu-supply.com
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
Framework agreement with several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 January 2023
Local time
1:05pm
Place
The above time and date for opening is estimated, subject to change.
Information about authorised persons and opening procedure
Representatives of Corporate Procurement, Audit and any other authorised officer of the Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The principal contracting authority (i.e. the Council of the Borough of Kirklees) is the only contracting authority that will enter into any framework agreement with the successful economic operators. The other contracting authorities listed in Section I.2 of this Notice above shall be permitted to use the Framework Agreement to call-off contracts in relation to the lot relevant to each individual contracting authority. In addition, the Framework Agreement may be used by any of the other "Local Authorities" (as defined under the Local Government Act 1972 (SI 1972/070)) within the Yorkshire and Humber Region. A map and list of the other Local Authorities permitted to use the Framework Agreement can be found in Appendix 2 of File 01 of the procurement documentation (available to download at https://yortender.eu-supply.com).The principal 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 on the basis of the most economically advantageous tender based on lowest price only. The award criteria is set out in the procurement documentation (available to download at https://yortender.eu-supply.com). With regards to the estimated total value of services for the entire duration of the Framework Agreement, please note the values stipulated in Section II.1.5 of this Notice above covers the potential spend of all the participating contracting authorities, throughout the duration of the Framework Agreement. Not withstanding the range of values stipulated in Section II.1.5, however, for the avoidance of doubt please note that:
i) The estimates given in Section II.1.5 of this Notice are strictly estimated values only.
ii) Any information supplied in the Tender Documents as to the likely volumes of services or the times when they are likely to be required are given purely as indication of past experiences of the contracting authorities.
iii) Furthermore, please note that estimates given in Section II.1.5 of this Notice are based on third party estimates of anticipated future workloads during the Framework Period as at the date of this Notice, and the principal contracting authority gives no warranty as to the accuracy to said data.
iv) The anticipated usage of this Framework Agreement is unknown at present. Tenderers should note that it is not possible to establish an exact future workload and it is therefore not possible to guarantee that all or any of the successful economic operators with whom the principal contracting authority enters into the Framework Agreement will in fact be called upon to execute Services on behalf of the principal contracting authority or any of the other contracting authorities. Unless otherwise specifically stated elsewhere in the Tender Documents, there is no minimum or maximum value/quantity of Services that may be ordered on any one occasion and the rates tendered must therefore reflect the likelihood of varying magnitude of Orders and types of Services
v) No contracting authority is bound to enter into any Order or other contract following discussions or other representations and no contracting authority shall incur any liability in respect of any failure to enter into any Service Contract or in connection with the total volume, type of Services or value of Services anticipated by any of the economic operators or which any economic operator is asked to carry out.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
United Kingdom
Country
United Kingdom