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

Framework for Professional Consultancy Services

  • First published: 12 September 2025
  • Last modified: 12 September 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-04ce4a
Published by:
The Council of the Borough of Kirklees
Authority ID:
AA20279
Publication date:
12 September 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council of the Borough of Kirklees ("the Council") intends to procure a Framework for the Provision of Professional Consultancy Services compromising of the following Lots:

Lot 1 - Architecture and Multi-Disciplinary

Lot 2 - Project Management

Lot 3 - Quantity Surveying

Lot 4 - Mechanical and Electrical Engineering

Lot 5 - Structural /Light Civil Engineering

Lot 6 - Lift Consultancy

Lot 7 - Building Surveying

Lot 8 - Clerk of Works

Lot 9 - Conservation & Heritage Advice (Architecture)

The Framework was procured in accordance with the Open procedure under the Public Contracts Regulations 2015.

The estimated value of the Framework is approximately (£9,260,000.00) over 4-years. Information and documentation relating to the framework agreement was published on YORtender - https://yortender.eu-supply.com.

The services performed on the framework will be in strict accordance with Kirklees Councils conditions including the project management handbook which will be published with the

tender. This details an adaptation of the RIBA stages in line with the following:

• Stage 1 - Project Initiation

• Stage 2 - Project Development & Approval

• Stage 3 - Design

• Stage 4 - Tendering

• Stage 5 - Construction

• Stage 6 - Project Completion & Review

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Council of the Borough of Kirklees

The Town Hall, Ramsden Street

Huddersfield

HD12TA

UK

Telephone: +44 1484221000

E-mail: procurement@kirklees.gov.uk

NUTS: UKE44

Internet address(es)

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

Address of the buyer profile: https://yortender.eu-supply.com

I.2) 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

Framework for Professional Consultancy Services

Reference number: KMCCD-042

II.1.2) Main CPV code

71621000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council of the Borough of Kirklees ("the Council") intends to procure a Framework for the Provision of Professional Consultancy Services compromising of the following Lots:

Lot 1 - Architecture and Multi-Disciplinary

Lot 2 - Project Management

Lot 3 - Quantity Surveying

Lot 4 - Mechanical and Electrical Engineering

Lot 5 - Structural /Light Civil Engineering

Lot 6 - Lift Consultancy

Lot 7 - Building Surveying

Lot 8 - Clerk of Works

Lot 9 - Conservation & Heritage Advice (Architecture)

The Framework was procured in accordance with the Open procedure under the Public Contracts Regulations 2015.

The estimated value of the Framework is approximately (£9,260,000.00) over 4-years. Information and documentation relating to the framework agreement was published on YORtender - https://yortender.eu-supply.com.

The services performed on the framework will be in strict accordance with Kirklees Councils conditions including the project management handbook which will be published with the

tender. This details an adaptation of the RIBA stages in line with the following:

• Stage 1 - Project Initiation

• Stage 2 - Project Development & Approval

• Stage 3 - Design

• Stage 4 - Tendering

• Stage 5 - Construction

• Stage 6 - Project Completion & Review

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 9 900 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Architecture and Multi Disciplinary

II.2.2) Additional CPV code(s)

71210000

71220000

71240000

71250000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Services for Architecture shall comprise the provision of design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, build-ability, construction safety, operation and maintenance .

The Consultant will be required to provide a level of resource to achieve the programme for a specific commission and the resource proposed shall be both competent and suitably qualified to provide the required level of service for the complexity of the specific commission. This Lot requires that Architects hold, as a minimum, RIBA accreditation.

The Scope of Services for Multi-Disciplinary shall comprise the provision of design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, build ability, construction safety, operation and maintenance. The disciplines covered shall be Architecture, Mechanical and Electrical Engineering, Structural/Light Civil Engineering and Landscape Architecture. The Lead Consultant under a multi-disciplinary commission will always be the Architect unless specifically requested otherwise by the Client.

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Project Management

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Services for Project Management shall principally involve the Project Manager acting as virtual extension of the Council's own staff, which enables the Council to be in control of the project at all times, whilst ensuring that the management role within the project is fulfilled. This will comprise undertaking Project Management Services to manage and control projects in terms of all aspects of 'Time, Cost and Quality' from project inception to completion, to include (but not limited to):

- Development and Implementation of Governance, Communication and Reporting Plans;

- Programme Management;

- Cost/Budget Management;

- Implementing Change Control Processes;

- Risk Management;

- Management and Co-ordination of Project Team Members and Consultants, and the information produced;

- Advising the Client at all stages of their required Statutory and Health and Safety Obligations and Duties i.e. Client Responsibilities under the CDM Regulations and Building Safety Act and ensuring that these duties and obligations are fulfilled/carried out.

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Quantity Surveying

II.2.2) Additional CPV code(s)

71324000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Services for Quantity Surveying shall cover all the key duties outlined in the Specification for Stages 1 to 6 for all Contracts.

The Consultant will be required to provide a level of resource to achieve the programme for a specific commission and the resource proposed shall be both competent and suitably qualified to provide the required level of service for the complexity of the specific commission. This Lot requires that Consultants hold, as a minimum, RICS Accreditation.

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Mechanical and Electrical Engineering

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Services for Mechanical and Electrical Engineering shall comprise the following work elements:

- Mechanical:

- Acoustical design and Treatment in connection with the engineering services;

- Air Conditioning and Mechanical Ventilation Services;

- Boiler plants and Auxiliaries;

- Building Energy Management Systems;

- HVAC control Systems;

- Calorifier plants;

- Cold Water Services;

- Cooling-Water Services;

- Pipework and Fittings;

- Fire Protection Services;

- Fuel Gas Incoming Supply and Distribution;

- Heating Installations;

- Hot Water Services;

- Public Health and Plumbing Services;

- Refrigeration Installations;

- Thermal Insulation;

- Vibration control in connection with the engineering services;

- Water Treatment and Filtration;

- Kitchen (Commercial) Supply and Extract Installations;

- Renewable Technologies;

- Thermal Modelling Analysis; and

- Building Information Modelling (BIM)

- Provide cost estimates, evaluation of tenders and variation review

- Electrical:

- Incoming Electrical Supplies (New and Upgrading);

- EV Electrical Distribution Services;

- Electricity Lighting and Power Installations, including fittings;

- Standby and emergency lighting installations, including fittings;

- Fire Detection and Alarm Services or Power and Containment for Fire Detection and Alarm Services;

- Security system installations (intruder alarm, access control, Minor CCTV) or Power and Containment for Security System installations;

- External amenity lighting and floodlighting;

- Electrical power and containment for Mechanical plant;

- Earthing and bonding systems;

- Structured cabling installations or containment for structured cabling installations (Voice, Data and Communications);

- Energy metering and monitoring systems;

- Specification Lot 4 (Mechanical and Electrical Engineering)

Public address, Personnel location and call services or Power and Containment for public address, Personnel location and call services (generally Assistance Call Systems in housing

accommodation or PA systems in Market Halls);

- Telephone equipment or distribution services;

Radio and television installations or Power and Containment for radio and television

- installations;

- Renewable Technologies; and

Ancillary Electrical items (Induction Loops, Soundfield systems and other facilities for disabilities)

Building Information Modelling (BIM)

Provide cost estimates, evaluation of tenders and variation review

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Structural / Light Civil Engineering

II.2.2) Additional CPV code(s)

71311000

71312000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Services for Structural & Light Civil Engineering shall comprise the following work elements:

Earthworks and excavation;

Foundations including forms of piling but not the design of the piling;

Earth and water retaining structures including reinforced earth;

Ground and surface treatment;

Local and main, public health and land drainage; inspection chambers, sewers, interceptors, tanks, treatment works and ground dewatering;

Paving and surfacing; roads, car parks and footpaths;

Structures in in-situ or precast concrete employing unreinforced, reinforced or pre-stressed techniques;

Structures in masonry, brickwork or blockwork, unreinforced or reinforced;

Structures in Demolition of structures;

Metalwork, ferrous or non-ferrous;

Building information modelling (BIM); and

Provide cost estimates, evaluation of tenders and variation review

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Lift Consultancy

II.2.2) Additional CPV code(s)

50750000

71315210

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The key task is the provision of lift consultancy services on selected schemes and programmes of work.

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Building Surveying

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Services for Building Surveying shall comprise the following work elements, irrespective of whether the Consultant is providing the work elements under a Single Discipline commission (in which case the Consultant will also act as Lead Consultant in accordance with the requirement of this Specification) or under a Multi-Disciplinary commission (in which case the Consultant will be appointed as part of a wider design team and will report to a Lead Consultant):

Providing cost information for use in the council's asset management portfolio;

Investigations and feasibility studies including cost estimates;

DDA and fire risk assessments surveys;

To advise and act on behalf of us as Landlord or Tenants Surveyor Carrying out dilapidation's survey work to include review of lease and other supporting documentation, preparation and service of schedules, on our behalf as Landlord or Tenants Surveyor and achieve financial settlements in line with the Law of Property Act 1925 and Landlord and Tenant Act 1985;

Redesign and refurbishment of all non-housing buildings in line with the councils statutory bodies e.g. Building Control and planning authorities;

Management and coordination of single and multi-disciplinary works including take lead role

as designer, principal designer, lead consultant, technical advisor, clerk of works and project manager;

Liaison with and submission of LBC applications;

Preparation of health and safety plans, risk assessments and associated CDM roles as required;

Building fabric construction for pitched and flat roofs;

Preparation of tender documentation including full technical specifications;

Provide technical building knowledge and advice to senior managers, council members, planning and building control officers;

Provision of CAD drawings for use with tender documentation;

Onsite supervision of our partner organisations and private contractors;

Use of existing framework agreements or traditional tender process to procure certain types of building fabric work;

Financial control of the Council's budgets and funding streams;

Preparation of design access statements;

Preparation of documentation for use in both building regulation and listed building applications;

Term contract management programming including gutter cleaning, elections and winter maintenance;

Carry out reactive and planned maintenance works including responding to emergencies during period of severe weather or as requested from our individual Clients;

Contribute to and advise Project Lead Consultant on issues of Inclusion and Diversity in line with the Council's policies, Building Regulations current best practice

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Clerk of Works

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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

Conservation & Heritage Advice (Architecture)

II.2.2) Additional CPV code(s)

45212350

71200000

71530000

II.2.3) Place of performance

NUTS code:

UKE44

II.2.4) Description of the procurement

The Scope of Specialist Services for Conservation and Heritage Advice shall comprise but not be limited to the following work elements:

Production of Conservation Audits and Conservation management Plans as required;

Management and Co-ordination of Conservation Specialists on a given project or projects;

Design advice for the alteration, refurbishment and/or extension of Listed Buildings or Heritage Assets;

Carry out surveys and Listed Building /Heritage Asset Assessments;

Providing appropriate Sustainability advice for listed buildings or heritage assets;

Providing a leading role on effective dialogue with Local Planning Authority on matters related to the alteration, refurbishment and/or extension of listed buildings and/or heritage assets to ensure successful obtainment of planning consent and/or listed building and/or conservation area consent;

Carry out or arrange Access audits and accessibility design advice for listed buildings or heritage assets where necessary;

Liaise with other internal and external consultants from time to time in a collaborative

manner in order to develop scheme and detailed designs;

Provide estimates for the restoration and conservation costs of specific project

commissions;

Advising the project lead and or Council as owners of specific politically sensitive buildings

at risk or redundant buildings;

Advising on best practice and policy measures and controls both locally and nationally;

Providing expert knowledge and awareness of regeneration projects where these may affect specific heritage assets commissions;

Sourcing grants and other funding for conservation work to assist on specific project commissions;

Liaise and negotiate with Historic England and other appropriate bodies as and when required on specific commissions to achieve the best outcome for a specific project commission as requested;

Assist the Project Lead on provide best practice advice to conserving listed buildings and heritage assets where required by Local Authority Conservation and Planning Officers;

Understand, advise and challenge if necessary, on the designation of heritage assets where this conflicts project client brief requirements;

Contribute to and assist in consultations with and presentations at public enquiries if required;

Contribute to and assist with the planning, management and supervision of long-term heritage assets if required;

Contribute to and advise Project Lead Consultant with discharging the requirements of enforcement notices, Listed Building Conditions or any other specific Heritage Asset related Planning conditions and / or other related issues;

Contribute to and advise the project lead consultant as appropriate on the current Building Safety Act and Construction Design and Management regulations;

Contribute to and advise Project Lead Consultant on issues of Climate Change in line with the Council's policies, Building Regulations and current best practice;

Contribute to and advise Project Lead Consultant on issues of Fire Strategy, Prevention,

Detection and Suppression in cooperation with the Council's Fire Safety Teams, Building Regulations and current best practice;

Contribute to and advise Project Lead Consultant on issues of Inclusion and Diversity in line with the Council's policies, Building Regulations current best practice

II.2.5) Award criteria

Quality criterion: Quality Award Criteria / Weighting: 60

Price / Weighting:  40

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:

2025/S 000-005621

Section V: Award of contract

Lot No: Lot 1 - Architecture and Multi-Disciplinary

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 19

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AHR Architects Ltd

04347086

5th Floor, 55 Princess Street

Manchester

M2 4EW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Frank Shaw Associates

02609011

Penmore House, Hasland, Chesterfield

Derbyshire

S41 0SJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gotch Saunders and Surridge LLP

OC336029

35 Headlands

Kettering

NN29 7BD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

NPS Property Consultants Ltd

02888194

280 Fifers Lane

Norwich

NR6 6EQ

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: : 6 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2 - Project Management

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Gardiner & Theobald LLP

OC307124

10 South Crescent

London

WC1E 7BD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AHR Architects Ltd

04347086

5th Floor, 55 Princess Street

Manchester

M2 4EW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

RPP Limited

07159352

First Floor Riverside West, Whitehall Road

Leeds

LS1 4AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Hive Projects Limited

12354636

2nd Floor Bond (Bruntwood), 38-42 Mosley Street

Manchester

M2 3AZ

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: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3 - Quantity Surveying

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 16

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

WT Partnership Limited

OC 308323

Ossington Chambers, 6-8 Castle Gate, Newark on Trent

Nottinghamshire

NG24 1AX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

1300409

150 Holborn

London

EC1N 2NS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Turner & Townsend Project Management Limited

2165592

Low Hall, Calverley Lane Horsforth,

Leeds

LS18 4GH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

RPP Limited

07159352

First Floor Riverside West, Whitehall Road

Leeds

LS1 4AW

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: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4 - Mechanical and Electrical Engineering

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Clancy Consulting Limited

3693529

4th Floor, Windmill Green, 24 Mount Street

Manchester

M2 3NX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JCP Consulting Engineers Ltd

08017776

1-2 Brenkley Way, Seaton Burn,

Newcastle upon Tyne

NE13 6DS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Horizon Building Services Consultants Ltd

11421533

Innovation Centre, Innovation Way, Heslington,

York

YO10 5DG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ECS Consultants Limited

04556533

148 Stockport Road, Cheadle,

Stockport

SK8 2DP

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: : 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 5 - Structural /Light Civil Engineering

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Wilde Consultants Ltd

02603960

Brindley Lodge, Adcroft Street, Stockport,

Cheshire

SK1 3HS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sutcliffe Projects Ltd

4287238

18-20 Harrington Street,

Liverpool

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Clancy Consulting Limited

3693529

4th Floor, Windmill Green, 24 Mount Street,

Manchester

M2 3NX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mason Clark Associates

2537113

Church House, 44 Newland Park

Hull

HU5 2DW

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: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 6 - Lift Consultancy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Cundall Johnston and Partners LLP

OC 300 389

4th Floor Partnership House, Regent Farm Road, Gosforth,

Newcastle upon Tyne

NE3 3AF

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VT Consult

23 Cambrian Bar,

Bradford

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LCG Lift Consultancy Ltd

6537606

16a Revenge Road

Chatham

ME5 8UD

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: : 160 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 7 - Building Surveying

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AHR Architects Ltd

04347086

5th Floor, 55 Princess Street

Manchester

M2 4EW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wainwrights

06886444

7 Calder Close, Calder Park

Wakefield

WF4 3BA

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Turner & Townsend Project Management Limited

2165592

Low Hall, Calverley Lane Horsforth

Leeds

LS18 4GH

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bowman Riley Architects Limited

04902632

Wellington House, Otley Street

Skipton

BD23 1EL

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: : 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 8 - Clerk of Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Amrin Resources Ltd

8920400

16 Knightwake Road. New Mills.

High Peak

SK22 3DQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wm. Saunders Partnership LLP

OC 308323

Ossington Chambers, 6-8 Castle Gate, Newark on Trent

Nottinghamshire

NG24 1AX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Castle Owen Construction & Property Consultants Limited

04345297

Unit 1 Hussar Court, Hillsborough Barracks

Sheffield

S6 2GZ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

1300409

150 Holborn,

London

EC1N 2NS

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: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 9 - Conservation & Heritage Advice (Architecture)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/09/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AHR Architects Ltd

04347086

5th Floor, 55 Princess Street

Manchester

M2 4EW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mosedale Gillatt Architects Ltd

04363215

East Lodge, Jesmond Road,

Newcastle upon Tyne

NE2 1NL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Alastair Coey Architects

NI602358

96 Sydenham Avenue,

Belfast

BT4 2DT

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bowman Riley Architects Limited

04902632

Wellington House, Otley Street,

Skipton

BD23 1EL

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: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

11/09/2025

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
45212350 Buildings of particular historical or architectural interest Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71541000 Construction project management services Construction management services
50750000 Lift-maintenance services Repair and maintenance services of building installations
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71621000 Technical analysis or consultancy services Analysis 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:
procurement@kirklees.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.