Scope
Reference
KMCHNPS-038
Description
Tenders are invited by the Council of the Borough of Kirklees (the "Council") from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Insulation Services (the "Works") under a proposed multiple Supplier Framework.
The Works will be split into two Lots:
Lot 1 - Loft Insulation
Lot 2 - Cavity Wall Insulation
A Trustmark (or equivalent) registered Principal Contractor is required to complete loft insulation Work on approximately 1000 properties and cavity wall insulation Work on 200 properties. The properties are situated across the Kirklees Borough and consist of several archetypes which include 1-bedroom flats, 1-bedroom bungalows, 2 bed and 3 bed properties.
Award Criteria
Quality - 60%
Price - 40%
Further information on award criteria, information on the key criteria and how the contract award criteria will be assessed is all available in the tender procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER
Commercial tool
Establishes a framework
Total value (estimated)
- £1,500,000 excluding VAT
- £1,800,000 including VAT
Below the relevant threshold
Contract dates (estimated)
- 20 October 2025 to 19 October 2027
- Possible extension to 19 October 2029
- 4 years
Description of possible extension:
The initial Contract term will run from October 2025 to October 2027 with the option to extend by two periods of 12 months each taking the total contract period to 48 months if all extension options are taken
Main procurement category
Works
Contract locations
- UKE44 - Calderdale and Kirklees
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Loft Insulation
Description
A Trustmark (or equivalent) registered Principal Contractor is required to complete loft insulation Work on approximately 1000 properties. The properties are situated across the Kirklees Borough and consist of several archetypes which include 1-bedroom flats, 1-bedroom bungalows, 2 bed and 3 bed properties.
A loft inspection must be completed on each property prior to the commencement of the Works, this inspection will determine the level of Works required.
Works required could include but will not be limited to:
• Relaying of loft insulation to ensure adequate covering is provided;
• Topping up of existing insulation;
• Installing loft insulation from new including insulation of the loft hatch;
• Removal of wet or contaminated loft insulation and installing from new;
• Installing hook and eye fastening to loft hatches where required;
• Clearance of Lofts and disposal of unwanted items (disclaimer required).
Lot value (estimated)
- £500,000 excluding VAT
- £600,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 45320000 - Insulation work
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Cavity Wall Insulation
Description
A Trustmark (or equivalent) registered Principal Contractor is required to complete cavity wall insulation on approximately 200 properties. There will be a requirement to complete approximately one third of the proposed number by November 2026 due to backlog of outstanding Works and the remaining over the term of the contract. The properties are situated across the Kirklees Borough and consist of several architypes which include 1-bedroom flats, 1-bedroom bungalows, 2 bed and 3 bed properties.
The product to be used to infill the cavity is to be in accordance with British Board of Agreement (BBA) certified and Cavity Insulation Guarantee Agency (CIGA) approved 25-year guarantee and installed in line with Building Regulations.
Materials with a classification of A1 when tested to BS EN 13501-1 Reaction to Fire should be used.
Kirklees Council product choice for the cavity fills is any mineral wool or glass blown fibre product that adheres to the classification above. Kirklees Council do not accept any flammable product such as polystyrene balls.
Lot value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 45261410 - Roof insulation work
- 45320000 - Insulation work
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Call Off Method 1 - Without Re-opening Competition Direct Award based on Ranking:
Contracts which are awarded under this Framework Agreement without re-opening competition will be done so in accordance with the objective conditions provided for in the initial Tender Documents.
Contractor/ Suppliers will be ranked on the basis of the initial quality/price evaluation of the concluded Framework Agreement. The highest ranked Supplier may be offered each Contract on the basis of these rankings (the highest ranked Contractor/ Supplier may be selected to perform a specific Contract).
If the Contractor/ Supplier who was ranked highest is not able to undertake the Contract, the Council may offer the Contract to the next ranked Contractor/ Supplier. The Council may repeat this process until the Contract is fulfilled or there are no further organisations on the Framework Lot qualified to fulfil it.
Call Off Method 2 - Re-opening of competition amongst all Contractor's/ Suppliers on the Framework:
Contractor/ Suppliers awarded a position on the Framework Agreement may be invited, where applicable, by the Council to participate in a Further Competition by way of an Invitation to Tender through the Council's electronic procurement website, YORtender.
This procedure is anticipated to be used where:
• the requirements of the specific Contract differ from the requirements as detailed in the Framework Documentation
• submitted Framework rates cannot be accurately assigned to the specific Contract
• the specific Contract is estimated to be higher than £50,000.00 for Loft Insulation Services or £100,000.00 for Cavity Wall Insulation Services.
Where Parties to the Framework Agreement are invited to supplement their initial Tender to compete under a Further Competition from this Framework, the evaluation of these Tenders will be based on a ranged Price, Quality and/or Social Value split which will be formulated more precisely and communicated in the published Invitation to Tender document. This range allows Award Criteria percentages to be determined appropriately in accordance with the complexity of each specific scheme.
In the event that the Contract is estimated to be higher than a value of £100,000.00 (one hundred thousand pounds), in line with the Council's Social Value Policy, the Council reserve the right to include Social Value as part of the award criteria.
Provided that the Tender is submitted fully in accordance with the requirements set out within the Council's Specification and the additional Tender Documentation, the Contract will be awarded on the basis of the Most Advantageous Tender based on Quality, Price and/or Social Value
Quality: 0% - 90%
Price: 10% - 100%
Social Value: 0% - 10%
For the avoidance of any doubt, one or more of the above Award Criteria may be applied to any Further Competition from this Framework.
Notwithstanding the fact that the Council has followed the procedure set out above for competed Works, the Council may cancel, postpone, delay or end the procedure without placing an Order for Works or awarding any Contract. Nothing in this Framework Agreement shall oblige the Council to place any Order for Works.
Evaluation of the further competition tender response:
Tenderers will have their Pricing Schedule and/or their Quality Method Statements (and where applicable, any Social Value proposals) evaluated using the Award Criteria and the Evaluation Model set out within the Further Competition Document.
The Quality and Pricing information provided and requested in the Further Competition documentation will be formulated more precisely for each Specific Contract.
Re-assessment of minimum selection criteria:
Prior to the award of any Specific Contract, the Council reserves the right to re-assess the Contractor/ Supplier to confirm that the Contractor/ Supplier still meets the Council's minimum selection criteria at the time of the proposed award.
Assessment of current capacity:
Prior to the award of any Specific Contract, the Council reserves the right to assess the existing workload of the Contractor/ Supplier to confirm that the Contractor/ Supplier has the necessary capacity to undertake the new Contract alongside any current commitments.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Conditions of participation
Lot 1. Loft Insulation
Lot 2. Cavity Wall Insulation
As stated in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER
Particular suitability
Lot 1. Loft Insulation
Lot 2. Cavity Wall Insulation
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
9 July 2025, 1:00pm
Tender submission deadline
28 July 2025, 1:00pm
Submission address and any special instructions
Procurement documents can be accessed via the Councils Tendering Portal:-
Tenders may be submitted electronically
Yes
Award criteria
Name | Description | Type |
---|---|---|
Quality | The basis of the Council's Award Criteria will be based on 60% Quality. Detailed information on Award Criteria is available in the the procurement documents that are available for interested suppliers... |
Quality |
Price | The basis of the Council's Award Criteria will be based on 40% Price Detailed information on Award Criteria is available in the the procurement documents that are available for interested suppliers to... |
Price |
Weighting description
The Tender Assessment will assess the Tenders on the basis of the submitted Tenders only. No prior knowledge of the Tenderer will be assumed. The Most Advantageous Tender ("MAT") will be identified by the process detailed below:
Stage 1 - Completeness and Compliance Checks:
Submitted Tenders will initially be checked for compliance with the instructions provided in 01) Framework Invitation to Tender document including confirmation that the documents have been completed fully and correctly and have...
Procedure
Procedure type
Below threshold - open competition
Contracting authority
The Council of the Borough of Kirklees
- Public Procurement Organisation Number: PXHZ-9111-QHMJ
The Town Hall, Ramsden Street
Huddersfield
HD1 2TA
United Kingdom
Email: procurement@kirklees.gov.uk
Website: http://www.kirklees.gov.uk
Region: UKE44 - Calderdale and Kirklees
Organisation type: Public authority - sub-central government