NEUPC Ltd: Minor Works Framework 2023 (£1m to £4.1m) North East Universities

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Minor Works Framework 2023 (£1m to £4.1m) North East Universities
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Works
Procedure: Open
Short Description: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works services between the values of £1m and £4.1m to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). The nature of the works will predominantly be refurbishment or upgrade works to various types of building within their Estate, however there may be the occasional new build scheme.
Published: 28/03/2023 17:56
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd, United Kingdom
             NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 1134871764, Email: j.lisle@neupc.ac.uk
             Contact: Jon Lisle
             Main Address: http://neupc.delta-esourcing.com, Address of the buyer profile: http://www.neupc.ac.uk
             NUTS Code: UKC
      I.2) Joint procurement
      The contract involves joint procurement: No.
      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: No.
      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:-Construction-work./28872S43N6
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://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:
      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: Minor Works Framework 2023 (£1m to £4.1m) North East Universities       
      Reference Number: EFM2049 NE
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works services between the values of £1m and £4.1m to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). The nature of the works will predominantly be refurbishment or upgrade works to various types of building within their Estate, however there may be the occasional new build scheme.       
      II.1.5) Estimated total value:
      Value excluding VAT: 60,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works schemes between the values of £1m and £4.1m to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). The nature of the works will predominantly be refurbishment or upgrade works to various types of building within their Estate, however there may be the occasional new build scheme.
      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: 60,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The Framework will be awarded for an initial 36 month period with a possible 12 month extension option based on review.
      
      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: This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programme.             
      II.2.14) Additional information: Future call off contracts under this framework may be part funded from external streams, including European
Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be
considered compliant for the purposes of external funding by the named participants.       


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:          
      NEUPC reserves the right to request a parent company guarantee of performance and financial liability    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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       
      As stated in the procurement documents.          
      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: 8           
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/05/2023 Time: 12:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/05/2023
         Time: 12:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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.
The framework will be open to all NE5 Member Institutions whether or not they are classed as Contracting Authorities under the Public Contract Regulations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Construction-work./28872S43N6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/28872S43N6
   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 1134871764, Email: admin@neupc.ac.uk
       Internet address: www.neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             NEUCPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871764, Email: admin@neupc.ac.uk
          Internet address: www.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 1134871764, Email: admin@neupc.ac.uk
       Internet address: www.neupc.ac.uk
   VI.5) Date Of Dispatch Of This Notice: 28/03/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Leeds: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd, United Kingdom
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871764, Email: j.lisle@neupc.ac.uk
       Contact: Jon Lisle
       Main Address: http://neupc.delta-esourcing.com, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UKC

   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: Minor Works Framework 2023 (£1m to £4.1m) North East Universities            
      Reference number: EFM2049 NE

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works services between the values of £1m and £4.1m to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). The nature of the works will predominantly be refurbishment or upgrade works to various types of building within their Estate, however there may be the occasional new build scheme.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 60,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      UNITED KINGDOM
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works schemes between the values of £1m and £4.1m to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). The nature of the works will predominantly be refurbishment or upgrade works to various types of building within their Estate, however there may be the occasional new build scheme.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Response / Weighting: 60
                  
      Cost criterion - Name: Works Activity Schedule / 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: Yes
         Reference to project(s) and/or programme(s): This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds, ERDF, ESF and other research bodies.

      II.2.14) Additional information: Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. It will be used by NEUPC and all NE5 Members regardless whether they are defined as “contracting authorities” or not under the PCR Regulations 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: Yes       
      

   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: 2023/S 000-009059
      
   

   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: EFM2049NE    
   Lot Number: Not Provided    
   Title: Minor Works Framework 2023 (£1m to £4.1m) North East Universities

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/09/2023

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 9 (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: 16          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Tilbury Douglas Construction Limited, 00303359
             30-40 Eastcheap, London, EC3M 1HD, United Kingdom
             Tel. +44 1642675125, Email: john.gittins@tilburydouglas.co.uk
             NUTS Code: UKC
            The contractor is an SME: No
         
         Contractor (No.2)
             Robertson Construction Group Limited, SC347921
             10 Perimeter Road, Pinefield Industrial Estate, Elgin, Moray, IV30 3AF, United Kingdom
             Tel. +44 1914697448, Email: g.hope@robertsons.co.uk
             NUTS Code: UKC
            The contractor is an SME: No
         
         Contractor (No.3)
             Kier Construction Limited, 2099533
             2nd Floor Optimum House, Clippers Quay, Salford, M50 3XP, United Kingdom
             Tel. +44 7773258882, Email: adam.fewtrell@kier.co.uk
             NUTS Code: UKC
            The contractor is an SME: No
         
         Contractor (No.4)
             Aptus Construction Limited, 0625 2917
             Cobblestone Court, Haults Yard, Byker, Newcastle upon Tyne, NE6 1AB, United Kingdom
             Tel. +44 3337729154, Email: chris@aptusconstruction.co.uk
             NUTS Code: UKC
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Novus property Solutions Limited, 0240 3551
             Fire Towns House, Hillside, Festival Way, Stoke-on-Trent, ST1 5SH, United Kingdom
             Tel. +44 1782598000, Email: supply@novussolutions.co.uk
             NUTS Code: UKC
            The contractor is an SME: No
         
         Contractor (No.6)
             Meldrum Construction Limited, 11701447
             Pantheon Building, Lancaster Road, Dunston, NE11 9JW, United Kingdom
             Tel. +44 1914921800, Email: steve.smith@meldrumscs.com
             NUTS Code: UKC
            The contractor is an SME: Yes
         
         Contractor (No.7)
             LIVECO Limited t/a Vest Construction, 0528 6542
             2 Henson Close, South Church Enterprise Park, Bishop Auckland, County Durham, DL14 6WA, United Kingdom
             Tel. +44 1388778822, Email: gavin@liveco.biz
             NUTS Code: UKC
            The contractor is an SME: Yes
         
         Contractor (No.8)
             McCarrick Construction Limited, 00519815
             The turnpark, Station Road, Chester-Le-Street, Durham, DH13 3DU, United Kingdom
             Tel. +44 1913883271, Email: info@mccarrick.co.uk
             NUTS Code: UKC
            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: 60,000,000          
         Total value of the contract/lot: 60,000,000
         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. The framework will be open to all NE5 Member Institutions whether or not they are classed as Contracting Authorities under the Public Contract Regulations.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=810835473

   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 1134871764, Email: admin@neupc.ac.uk
          Internet address: www.neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          NEUCPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871764, Email: admin@neupc.ac.uk
          Internet address: www.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 1134871764, Email: admin@neupc.ac.uk
          Internet address: www.neupc.ac.uk

   VI.5) Date of dispatch of this notice: 29/02/2024

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       NEUPC Ltd
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871764, Email: j.lisle@neupc.ac.uk
       Contact: Jon LIsle
       Main Address: https://neupc.ac.uk/who-are-our-members.
       NUTS Code: UK