Notice Information
Notice Title
Insulation Services Framework
Notice Description
Tenders will be 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
Lot Information
Loft Insulation
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).
Renewal: The initial Contract term will run from November 2025 to November 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
Cavity Wall InsulationA 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.
Renewal: The initial Contract term will run from November 2025 to November 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05533c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/073100-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45261410 - Roof insulation work
45320000 - Insulation work
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- £1,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,500,000 £1M-£10M
Notice Dates
- Publication Date
- 12 Nov 20253 months ago
- Submission Deadline
- 1 Aug 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Oct 20254 months ago
- Contract Period
- 1 Nov 2025 - 31 Oct 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COUNCIL OF THE BOROUGH OF KIRKLEES
- Contact Name
- Not specified
- Contact Email
- procurement@kirklees.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD1 2TA
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE44 Calderdale and Kirklees
-
- Local Authority
- Kirklees
- Electoral Ward
- Newsome
- Westminster Constituency
- Huddersfield
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/073100-2025
12th November 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/043329-2025
28th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/035005-2025
25th June 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05533c-2025-11-12T11:35:40Z",
"date": "2025-11-12T11:35:40Z",
"ocid": "ocds-h6vhtk-05533c",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXHZ-9111-QHMJ",
"name": "The Council of the Borough of Kirklees",
"identifier": {
"scheme": "GB-PPON",
"id": "PXHZ-9111-QHMJ"
},
"address": {
"streetAddress": "The Town Hall, Ramsden Street",
"locality": "Huddersfield",
"postalCode": "HD1 2TA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "procurement@kirklees.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kirklees.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-14662575",
"name": "RE:GEN Solutions Limited",
"identifier": {
"scheme": "GB-COH",
"id": "14662575"
},
"address": {
"streetAddress": "Re:Gen House Azure Court, Doxford International Business Park",
"locality": "Sunderland",
"postalCode": "SR3 3BE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC23"
},
"contactPoint": {
"email": "bids@regen-solutions.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-11873124",
"name": "Zero Carbon Group Limited",
"identifier": {
"scheme": "GB-COH",
"id": "11873124"
},
"address": {
"streetAddress": "Northern Assurance Buildings, 9-21 Princess Street",
"locality": "Manchester",
"postalCode": "M2 4DN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "info@zerocarbongroup.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-03995784",
"name": "Yorkshire Energy Solutions CIC",
"identifier": {
"scheme": "GB-COH",
"id": "03995784"
},
"address": {
"streetAddress": "Units 8-9, Victoria Mills Stainland Road, Greetland",
"locality": "Halifax",
"postalCode": "HX4 8AD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "tenders@yesenergysolutions.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-00879464",
"name": "Ian Williams Limited",
"identifier": {
"scheme": "GB-COH",
"id": "00879464"
},
"address": {
"streetAddress": "Quarry Road, Chipping Sodbury",
"locality": "Bristol",
"postalCode": "BS37 6JL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "tenders@ianwilliams.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-12764917",
"name": "Efficient Energy Services Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "12764917"
},
"address": {
"streetAddress": "Unit 7, Deanfield Drive, Link 59 Business Park",
"locality": "Clitheroe",
"postalCode": "BB7 1QJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD45"
},
"contactPoint": {
"email": "hello@ecogiants.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-13786445",
"name": "Northern Retrofit Limited",
"identifier": {
"scheme": "GB-COH",
"id": "13786445"
},
"address": {
"streetAddress": "2 Exeter Street",
"locality": "Cottingham",
"postalCode": "HU16 4LU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE12"
},
"contactPoint": {
"email": "accounts@northernretrofit.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-10799927",
"name": "Eco Providers Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "10799927"
},
"address": {
"streetAddress": "11 Bridge Street",
"locality": "Bury",
"postalCode": "BL0 9AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "info@ecoproviders.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PXHZ-9111-QHMJ",
"name": "The Council of the Borough of Kirklees"
},
"tender": {
"id": "KMCHNPS-038",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Insulation Services Framework",
"description": "Tenders will be 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",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
}
],
"deliveryAddresses": [
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45261410",
"description": "Roof insulation work"
},
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
}
],
"deliveryAddresses": [
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 1800000,
"amount": 1500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "works",
"aboveThreshold": false,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"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 PS50,000.00 for Loft Insulation Services or PS100,000.00 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 PS100,000.00 (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."
}
},
"submissionMethodDetails": "Procurement documents can be accessed via the Councils Tendering Portal:- https://uk.eu-supply.com/login.asp?B=YORTENDER",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2025-08-01T13:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-07-15T13:00:00+01:00"
},
"lots": [
{
"id": "1",
"title": "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).",
"status": "complete",
"value": {
"amountGross": 600000,
"amount": 500000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "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 been signed as requested. Where a Tender Submission is received from a Tenderer who is not registered on the Central Digital Platform and/or who has not submitted up-to-date core supplier information on the Central Digital Platform, their submission will be rejected from the tender process and no further evaluation will be undertaken. Stage 2 - Exclusion Grounds: The Council will confirm that neither the Supplier or any Connected Persons, Associated Persons or proposed sub-contractors are listed on the Cabinet Office Debarment List. To the extent that any such entities are listed on the Debarment List, the Council will consider whether to exclude the Supplier from participating in the procurement process. In addition, the Council will consider whether any Supplier or Connected Persons, Associated Persons relied on to meet the Conditions of Participation, or proposed sub-contractors are Excluded or Excludable Suppliers, providing the Supplier reasonable opportunity to make representations and provide evidence as is proportionate to the circumstances. Stage 3 - Conditions of Participation: The suitability of Suppliers will be assessed in accordance with the specified Conditions of Participation contained within the Procurement Specific Questionnaire. This will be marked purely on a pass or fail basis to ensure that the Supplier is able to meet the Council's minimum requirements. Tenderers who do not indicate that they meet the Council's minimum Conditions of Participation may be excluded from the process at this stage. Stage 4 - Quality and Price Assessment: All submitted Tenders which have not been rejected during the previous stages will be assessed to identify the Most Advantageous Tender(s). The Council will determine the Most Advantageous Tender(s) by applying the Award Criteria which is more fully described in these Tender Documents. The basis of the Council's Award Criteria will be based on 60% Quality and 40% Price. The final scores will be added together to produce a total score. Suppliers will be ranked in accordance with that score and the top 5 ranked Suppliers will be identified (subject to due diligence checks). Stage 5 - Due Diligence Checks: A due diligence process will be undertaken against the responses to the Procurement Specific Questionnaire of the top five (5) ranked Suppliers who submitted the Most Advantageous Tenders, and any required certification and evidence will be requested. As part of the due diligence process, the Council reserves the right to use other sources of information alongside those provided as part of the Tender to determine the financial stability of the top scoring Tenderer, namely a financial assessment or credit check. The Assessment Panel: All Tenders will be assessed by an Assessment Panel of the Council's choosing, and will comprise of officers from the Council, who will assess each of the Tenders in line with the specified Assessment Criteria. Award and de-briefing: Once the due diligence process has been successfully completed, the Council may then decide to award a position on the Framework on the basis of the Most Advantageous Tender. Positions awarded pursuant to different Lots will be awarded by way of separate Agreements. The top five ranked Suppliers, based on the initial quality/price evaluation, may be awarded a position under each Lot. Where more than one Tender is received, the Council will notify all Tenderers in writing of its decision. The Council will inform all unsuccessful Tenderers of their score for each criteria and an explanation as to why each score was awarded by reference to relevant information in their tender. The Council will also provide the identity of the successful Tenderer(s), the successful Tenderer(s') score for each criteria, and an explanation as to why each of the scores was awarded for the lowest scoring successful Tender. The Council will inform all successful Tenderers of their ranked position on the relevant Lot(s) of the Framework and the assessment information relevant to their own Tender. For the avoidance of doubt, award of the Framework is subject to the formal approval process of the Council. Until all necessary approvals are obtained and the standstill period completed, no Framework will be entered into.",
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "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 to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
},
{
"type": "price",
"name": "Price",
"description": "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 access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "As stated in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-11-03T00:00:00Z",
"endDate": "2027-11-02T23:59:59Z",
"maxExtentDate": "2029-11-02T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial Contract term will run from November 2025 to November 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"
}
},
{
"id": "2",
"title": "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.",
"status": "complete",
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "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 been signed as requested. Where a Tender Submission is received from a Tenderer who is not registered on the Central Digital Platform and/or who has not submitted up-to-date core supplier information on the Central Digital Platform, their submission will be rejected from the tender process and no further evaluation will be undertaken. Stage 2 - Exclusion Grounds: The Council will confirm that neither the Supplier or any Connected Persons, Associated Persons or proposed sub-contractors are listed on the Cabinet Office Debarment List. To the extent that any such entities are listed on the Debarment List, the Council will consider whether to exclude the Supplier from participating in the procurement process. In addition, the Council will consider whether any Supplier or Connected Persons, Associated Persons relied on to meet the Conditions of Participation, or proposed sub-contractors are Excluded or Excludable Suppliers, providing the Supplier reasonable opportunity to make representations and provide evidence as is proportionate to the circumstances. Stage 3 - Conditions of Participation: The suitability of Suppliers will be assessed in accordance with the specified Conditions of Participation contained within the Procurement Specific Questionnaire. This will be marked purely on a pass or fail basis to ensure that the Supplier is able to meet the Council's minimum requirements. Tenderers who do not indicate that they meet the Council's minimum Conditions of Participation may be excluded from the process at this stage. Stage 4 - Quality and Price Assessment: All submitted Tenders which have not been rejected during the previous stages will be assessed to identify the Most Advantageous Tender(s). The Council will determine the Most Advantageous Tender(s) by applying the Award Criteria which is more fully described in these Tender Documents. The basis of the Council's Award Criteria will be based on 60% Quality and 40% Price. The final scores will be added together to produce a total score. Suppliers will be ranked in accordance with that score and the top 5 ranked Suppliers will be identified (subject to due diligence checks). Stage 5 - Due Diligence Checks: A due diligence process will be undertaken against the responses to the Procurement Specific Questionnaire of the top five (5) ranked Suppliers who submitted the Most Advantageous Tenders, and any required certification and evidence will be requested. As part of the due diligence process, the Council reserves the right to use other sources of information alongside those provided as part of the Tender to determine the financial stability of the top scoring Tenderer, namely a financial assessment or credit check. The Assessment Panel: All Tenders will be assessed by an Assessment Panel of the Council's choosing, and will comprise of officers from the Council, who will assess each of the Tenders in line with the specified Assessment Criteria. Award and de-briefing: Once the due diligence process has been successfully completed, the Council may then decide to award a position on the Framework on the basis of the Most Advantageous Tender. Positions awarded pursuant to different Lots will be awarded by way of separate Agreements. The top five ranked Suppliers, based on the initial quality/price evaluation, may be awarded a position under each Lot. Where more than one Tender is received, the Council will notify all Tenderers in writing of its decision. The Council will inform all unsuccessful Tenderers of their score for each criteria and an explanation as to why each score was awarded by reference to relevant information in their tender. The Council will also provide the identity of the successful Tenderer(s), the successful Tenderer(s') score for each criteria, and an explanation as to why each of the scores was awarded for the lowest scoring successful Tender. The Council will inform all successful Tenderers of their ranked position on the relevant Lot(s) of the Framework and the assessment information relevant to their own Tender. For the avoidance of doubt, award of the Framework is subject to the formal approval process of the Council. Until all necessary approvals are obtained and the standstill period completed, no Framework will be entered into.",
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "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 to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
},
{
"type": "price",
"name": "Price",
"description": "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 access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "As stated in the procurement documents that are available for interested suppliers to access at https://uk.eu-supply.com/login.asp?B=YORTENDER"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2025-11-03T00:00:00Z",
"endDate": "2027-11-02T23:59:59Z",
"maxExtentDate": "2029-11-02T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial Contract term will run from November 2025 to November 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"
}
}
],
"documents": [
{
"id": "035005-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/035005-2025",
"datePublished": "2025-06-25T11:37:35+01:00",
"format": "text/html"
},
{
"id": "043329-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043329-2025",
"datePublished": "2025-07-28T10:05:15+01:00",
"format": "text/html"
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "active",
"mainProcurementCategory": "works",
"suppliers": [
{
"id": "GB-COH-14662575",
"name": "RE:GEN Solutions Limited"
},
{
"id": "GB-COH-11873124",
"name": "Zero Carbon Group Limited"
},
{
"id": "GB-COH-03995784",
"name": "Yorkshire Energy Solutions CIC"
},
{
"id": "GB-COH-00879464",
"name": "Ian Williams Limited"
},
{
"id": "GB-COH-12764917",
"name": "Efficient Energy Services Ltd"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
}
],
"deliveryAddresses": [
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "active",
"mainProcurementCategory": "works",
"suppliers": [
{
"id": "GB-COH-12764917",
"name": "Efficient Energy Services Ltd"
},
{
"id": "GB-COH-13786445",
"name": "Northern Retrofit Limited"
},
{
"id": "GB-COH-03995784",
"name": "Yorkshire Energy Solutions CIC"
},
{
"id": "GB-COH-10799927",
"name": "Eco Providers Ltd"
},
{
"id": "GB-COH-11873124",
"name": "Zero Carbon Group Limited"
}
],
"items": [
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
}
],
"deliveryAddresses": [
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Insulation Services Framework - Lot 1 Loft Insulation",
"status": "active",
"period": {
"startDate": "2025-11-01T00:00:00Z",
"endDate": "2027-10-31T23:59:59Z",
"maxExtentDate": "2029-10-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial Contract term will run from November 2025 to November 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"
},
"value": {
"amountGross": 600000,
"amount": 500000,
"currency": "GBP"
},
"aboveThreshold": false,
"dateSigned": "2025-10-23T00:00:00+01:00",
"documents": [
{
"id": "073100-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073100-2025",
"datePublished": "2025-11-12T11:35:40Z",
"format": "text/html"
}
]
},
{
"id": "2",
"awardID": "2",
"title": "Insulation Services Framework - Lot 2 Cavity Wall Insulation",
"status": "active",
"period": {
"startDate": "2025-11-01T00:00:00Z",
"endDate": "2027-10-31T23:59:59Z",
"maxExtentDate": "2029-10-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial Contract term will run from November 2025 to November 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"
},
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"aboveThreshold": false,
"dateSigned": "2025-10-23T00:00:00+01:00",
"documents": [
{
"id": "073100-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073100-2025",
"datePublished": "2025-11-12T11:35:40Z",
"format": "text/html"
}
]
}
]
}