NEUPC Ltd: Roofing Services

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Roofing Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Works
Procedure: Open
Short Description: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include: Reactive Maintenance Planned Maintenance Project / Re-roofing works For clarity it is the intension to award the 4 top ranked suppliers to each regional area for each specialism eg Lot 1 North East will have 4 suppliers awarded, Lot 1 East will also 4 suppliers awarded. Suppliers may bid on all unlimited number of regions across both lots. Award to one region does not guarantee award to any other regions bid on
Published: 08/11/2021 12:46

View Full Notice

UK-Leeds: Roof works and other special trade construction works. *Duplicated*
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd
             NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
             Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: https://www.neupc.ac.uk/who-are-our-members
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works.-*Duplicated*/232DK56MVY
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.neupc.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Roofing Services       
      Reference Number: EFM2039 NE
      II.1.2) Main CPV Code:
      45260000 - Roof works and other special trade construction works.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:
Reactive Maintenance
Planned Maintenance
Project / Re-roofing works

For clarity it is the intension to award the 4 top ranked suppliers to each regional area for each specialism eg Lot 1 North East will have 4 suppliers awarded, Lot 1 East will also 4 suppliers awarded.

Suppliers may bid on all unlimited number of regions across both lots. Award to one region does not guarantee award to any other regions bid on       
      II.1.5) Estimated total value:
      Value excluding VAT: 25,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Roofing Services (New installations and Specialist Systems)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      31518300 - Rooflights.
      44112400 - Roof.
      44112410 - Roof frames.
      44112420 - Roof supports.
      44112430 - Roof trusses.
      44112500 - Roofing materials.
      44232000 - Timber roof trusses.
      45260000 - Roof works and other special trade construction works.
      45261000 - Erection and related works of roof frames and coverings.
      45261100 - Roof-framing work.
      45261200 - Roof-covering and roof-painting work.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261213 - Metal roof-covering work.
      45261220 - Roof-painting and other coating work.
      45261221 - Roof-painting work.
      45261222 - Cement roof-coating work.
      45261410 - Roof insulation work.
      45261420 - Waterproofing work.
      45261900 - Roof repair and maintenance work.
      45261910 - Roof repair.
      45261920 - Roof maintenance work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: In addition to the over all specification of requirements stated above awarded bidders to Lot 1 are required to provide Installation and Maintenance for Specialist systems as evaluated as part of the ITT question set.

Project Works
It is envisaged that projects to be undertaken by the Contractors under this agreement shall be awarded in one of three ways:
•Direct award against the schedule of rates and agreed project discount structure.
•Re-opening competition for their region’s Framework Contractors (mini-tender)
The institutions shall provide specifications and an indication of programme for the works with the expectation that the Contractor shall not unreasonably refuse to supply a quotation for the works.
It is envisaged that this manner of call off shall be used in particular for those larger projects over £250,000 net Vat GBP, or where the specification or design of the project requires a degree of contractor input.
The tender documentation details a discount structure on the schedule of rates for those instances where the institutions making the call off decide to appoint a contractor directly without further competition. This shall be applied to the NET VAT Project value of the commission made by the Institution to the contractor.
The institutions will commonly utilise an electronic tendering system to facilitate mini-tenders and the Contractor should commit to registering on said systems.
The method of selecting the contractor following mini tender will be based upon the Framework Agreement award criteria, but maybe adjusted by a reasonable proportion in terms of weighting to better reflect the institution’s requirements.
Projects may be conducted against either NEC3 or JCT forms of contract.
It is expected that the Institutions own preferred contracts may form the basis of any call off or appointment as opposed to the Contractor’s.

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework will be for an initial period of 36 months with an optional extension of 12 months subject to performance
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: Yes       
      Identification of the project: Individual call offs may be related to external funding sources including but not limited to ERDF, ESIF or Research Council funding. Further detail will be included in call off documents             
      II.2.14) Additional information: This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015       
II.2) Description Lot No. 2
      
      II.2.1) Title: Roofing Services (Preventative Maintenance and Repairs)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      44112400 - Roof.
      44112410 - Roof frames.
      44112420 - Roof supports.
      44112430 - Roof trusses.
      44112500 - Roofing materials.
      44232000 - Timber roof trusses.
      45260000 - Roof works and other special trade construction works.
      45261000 - Erection and related works of roof frames and coverings.
      45261100 - Roof-framing work.
      45261200 - Roof-covering and roof-painting work.
      45261210 - Roof-covering work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261213 - Metal roof-covering work.
      45261214 - Bituminous roof-covering work.
      45261220 - Roof-painting and other coating work.
      45261221 - Roof-painting work.
      45261222 - Cement roof-coating work.
      45261410 - Roof insulation work.
      45261420 - Waterproofing work.
      45261900 - Roof repair and maintenance work.
      45261910 - Roof repair.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:
Reactive Maintenance
Planned Maintenance
To include the following types of roofing (not exhaustive):
•Flat
•Pitched
•Sloping
•Architectural
And the following types of materials (indicative):
•Thermoset membrane (e.g. rubber)
•Thermoplastic (e.g. pvc/vinyl)
•Asphalt Roll
•Bituminous covering
•Fibre glass
•Metal (e.g. galvanised steel/copper sheet)
•Structural Concrete
•Glass
•Slate/tile
•Wood and timber

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework will be awarded for an initial period of 36 months but is subject to an additional 12 month extension based upon performance
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: Yes       
      Identification of the project: Individual call off projects may involve funding from external sources including but not limited to ERDF, ESIF or Research Council Funding. Further detail will be included at call off             
      II.2.14) Additional information: This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: 2021/S 000 - 024426       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/11/2021 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/11/2021
         Time: 14:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=641789883
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756
   VI.5) Date Of Dispatch Of This Notice: 08/11/2021

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       NWUPC
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: n.peacock@nwupc.ac.uk
       Main Address: https://www.nwupc.ac.uk/our-members
       NUTS Code: UK

View any Notice Addenda

View Award Notice

UK-Leeds: Roof works and other special trade construction works.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: https://www.neupc.ac.uk/who-are-our-members
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Roofing Services            
      Reference number: EFM2039 NE

      II.1.2) Main CPV code:
         45260000 - Roof works and other special trade construction works.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:
Reactive Maintenance
Planned Maintenance
Project / Re-roofing works

For clarity it is the intension to award the 4 top ranked suppliers to each regional area for each specialism eg Lot 1 North East will have 4 suppliers awarded, Lot 1 East will also 4 suppliers awarded.

Suppliers may bid on all unlimited number of regions across both lots. Award to one region does not guarantee award to any other regions bid on

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 25,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Roofing Services (New installations and Specialist Systems)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            31518300 - Rooflights.
            44112400 - Roof.
            44112410 - Roof frames.
            44112420 - Roof supports.
            44112430 - Roof trusses.
            44112500 - Roofing materials.
            44232000 - Timber roof trusses.
            45260000 - Roof works and other special trade construction works.
            45261000 - Erection and related works of roof frames and coverings.
            45261100 - Roof-framing work.
            45261200 - Roof-covering and roof-painting work.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261213 - Metal roof-covering work.
            45261220 - Roof-painting and other coating work.
            45261221 - Roof-painting work.
            45261222 - Cement roof-coating work.
            45261410 - Roof insulation work.
            45261420 - Waterproofing work.
            45261900 - Roof repair and maintenance work.
            45261910 - Roof repair.
            45261920 - Roof maintenance work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: In addition to the over all specification of requirements stated above awarded bidders to Lot 1 are required to provide Installation and Maintenance for Specialist systems as evaluated as part of the ITT question set.

Project Works
It is envisaged that projects to be undertaken by the Contractors under this agreement shall be awarded in one of three ways:
•Direct award against the schedule of rates and agreed project discount structure.
•Re-opening competition for their region’s Framework Contractors (mini-tender)
The institutions shall provide specifications and an indication of programme for the works with the expectation that the Contractor shall not unreasonably refuse to supply a quotation for the works.
It is envisaged that this manner of call off shall be used in particular for those larger projects over £250,000 net Vat GBP, or where the specification or design of the project requires a degree of contractor input.
The tender documentation details a discount structure on the schedule of rates for those instances where the institutions making the call off decide to appoint a contractor directly without further competition. This shall be applied to the NET VAT Project value of the commission made by the Institution to the contractor.
The institutions will commonly utilise an electronic tendering system to facilitate mini-tenders and the Contractor should commit to registering on said systems.
The method of selecting the contractor following mini tender will be based upon the Framework Agreement award criteria, but maybe adjusted by a reasonable proportion in terms of weighting to better reflect the institution’s requirements.
Projects may be conducted against either NEC3 or JCT forms of contract.
It is expected that the Institutions own preferred contracts may form the basis of any call off or appointment as opposed to the Contractor’s.

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32

      II.2.5) Award criteria:
       Not Provided

      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: Yes
         Reference to project(s) and/or programme(s): Individual call offs may be related to external funding sources including but not limited to ERDF, ESIF or Research Council funding. Further detail will be included in call off documents

      II.2.14) Additional information: This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Roofing Services (Preventative Maintenance and Repairs)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            44112400 - Roof.
            44112410 - Roof frames.
            44112420 - Roof supports.
            44112430 - Roof trusses.
            44112500 - Roofing materials.
            44232000 - Timber roof trusses.
            45260000 - Roof works and other special trade construction works.
            45261000 - Erection and related works of roof frames and coverings.
            45261100 - Roof-framing work.
            45261200 - Roof-covering and roof-painting work.
            45261210 - Roof-covering work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261213 - Metal roof-covering work.
            45261214 - Bituminous roof-covering work.
            45261220 - Roof-painting and other coating work.
            45261221 - Roof-painting work.
            45261222 - Cement roof-coating work.
            45261410 - Roof insulation work.
            45261420 - Waterproofing work.
            45261900 - Roof repair and maintenance work.
            45261910 - Roof repair.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:
Reactive Maintenance
Planned Maintenance
To include the following types of roofing (not exhaustive):
•Flat
•Pitched
•Sloping
•Architectural
And the following types of materials (indicative):
•Thermoset membrane (e.g. rubber)
•Thermoplastic (e.g. pvc/vinyl)
•Asphalt Roll
•Bituminous covering
•Fibre glass
•Metal (e.g. galvanised steel/copper sheet)
•Structural Concrete
•Glass
•Slate/tile
•Wood and timber

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32

      II.2.5) Award criteria:
       Not Provided

      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: Yes
         Reference to project(s) and/or programme(s): Individual call off projects may involve funding from external sources including but not limited to ERDF, ESIF or Research Council Funding. Further detail will be included at call off

      II.2.14) Additional information: This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2021/S 000-024426
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: 1    
   Title: Roofing Services (New installations and Specialist Systems)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 6          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hodgson Sayers Limited, 02725227
             Tanfield Lea Industrial Estate North, Stanley, DH9 9NX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Innercity Roofing Yorkshire Ltd, 6178829
             Unit 9, Erivan Business Park, Wetherby, LS22 7DN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Everlast Waterproofing Ltd, 5361103
             The School House, Parkfield Terrace, Pudsey, Leeds, LS28 6BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             M & J Group (Construction & Roofing) Ltd, 1371473
             Hammond Rd, Elm Farm Industrial Estate, Bedford, MK410UD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Barclay Roofing Ltd, 2026578
             Portrack Grange Road, Portrack Industrial Estate, Stockton On Tees, TS182PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 15,000,000          
         Total value of the contract/lot: 15,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Roofing Services (Preventative Maintenance and Repairs)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 8          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hodgson Sayers Ltd, 2725227
             Tanfield Lea Industrial Estate North, Stanley, DH99NX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Innercity Roofing Yorkshire Limited, 06178829
             Unit 9, Erivan Business Park, Wetherby, LS227DN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             MTR Contractors Ltd, 02809640
             Unit 30, Penraevon Street, Penraevon Industrial Estate, Leeds, LS72AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Everlast Waterproofing Ltd, 5361103
             The School House, Parkfield Terrace, Pudsey, Leeds, LS286BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             M & J Group (Construction & Roofing) Ltd, 1371473
             Hammond Road, Elm Park Industrial Estate, Bedford, MK410UD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Barclay Roofing Ltd, 2026578
             Portrack Grange Road, Portrack Industrial Estate, Stockton On Tees, TS182PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=673740020

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756

   VI.5) Date of dispatch of this notice: 29/03/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       NWUPC
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: n.peacock@nwupc.ac.uk
       Main Address: https://www.nwupc.ac.uk/our-members
       NUTS Code: UK