Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Technical Inspection and Testing Services 2024

  • First published: 04 June 2024
  • Last modified: 04 June 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042539
Published by:
Leeds City Council
Authority ID:
AA20114
Publication date:
04 June 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework will be used to provide technical inspections and testing services to various locations within the administrative areas of the relevant Contracting Authorities, primarily being City of Bradford District Council, The Borough Council of Calderdale, Leeds City Council, Kirklees Council, City of Wakefield District Council, Barnsley Metropolitan Borough Council, City of Doncaster Council, Rotherham Metropolitan Borough Council and any other Local Authority (as defined in the Local Government Act 1972) within the Yorkshire and Humber Region that are a member of the Yorkshire Highway Alliance.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Leeds City Council

171459162

Civic Hall, 3rd Floor West,

Leeds

LS1 1UR

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE42

Internet address(es)

Main address: https://www.leeds.gov.uk/

Address of the buyer profile: https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104105

I.1) Name and addresses

City of Bradford Metropolitan District Council

City Hall

Bradford

BD1 1HT

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE41

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.1) Name and addresses

The Borough Council of Calderdale

3rd Floor, Princess Buildings, Princess Street

Halifax

HX1 1TS

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE44

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.1) Name and addresses

Kirklees Council

Market Street

Huddersfield

HD1 1WG

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE44

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.1) Name and addresses

Wakefield Metropolitan District Council

Wakefield One, Burton Street

Wakefield

WF1 2EB

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE45

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.1) Name and addresses

Barnsley Metropolitan Borough Council

1 Westgate

Barnsley

S70 2DR

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE31

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.1) Name and addresses

City of Doncaster Council

Civic Office, Waterdale

Doncaster

DN1 3BU

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE31

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main St

Rotherham

S60 1AE

UK

E-mail: contracts.support.unit@leeds.gov.uk

NUTS: UKE31

Internet address(es)

Main address: http://www.leeds.gov.uk/

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Technical Inspection and Testing Services 2024

Reference number: 81656

II.1.2) Main CPV code

71630000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This framework will be used to provide technical inspections and testing services to various locations within the administrative areas of the relevant Contracting Authorities, primarily being City of Bradford District Council, The Borough Council of Calderdale, Leeds City Council, Kirklees Council, City of Wakefield District Council, Barnsley Metropolitan Borough Council, City of Doncaster Council, Rotherham Metropolitan Borough Council and any other Local Authority (as defined in the Local Government Act 1972) within the Yorkshire and Humber Region that are a member of the Yorkshire Highway Alliance.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 1.00  GBP/ Highest offer: 4 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

SCANNER Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

SCRIM Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

CVI Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Cost / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Griptester Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

FNS Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

FAS Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Core Sampling

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

DFS (Doncaster Footway) Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

CNS Survey

II.2.2) Additional CPV code(s)

71631000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

This framework will be used to provide technical inspections and testing services for the Yorkshire Highways Alliance authorities.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 700

Cost criterion: Price / Weighting: 300

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-036636

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Technical Inspection and Testing Services 2024

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2024

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

National Testing Services Limited

GB 259 4415 82

Malpas Station, Hampton Heath

Malpas

SY14 8LU

UK

Telephone: +44 7711861677

E-mail: katherine.eckersley@nationaltesting.co.uk

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 4 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 2

Title: Technical Inspection and Testing Services 2024

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2024

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Pavement Testing Services Limited

04374737

Britannia House

PRESTON

PR2 5AR

UK

E-mail: paul.longworth@ptsinternational.co.uk

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 4 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 3

Title: Technical Inspection and Testing Services 2024

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2024

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

W.D.M.Limited

433825942

North View, Staple Hill

Bristol

BS16 4NX

UK

E-mail: andys@wdm.co.uk

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 4 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the ( for Public Sector ) Public Contracts Regulations 2015 ( SI 2015 No 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 brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.

VI.5) Date of dispatch of this notice

03/06/2024

Coding

Commodity categories

ID Title Parent category
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contracts.support.unit@leeds.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.