NEUPC Ltd: Minor Works, Lot 1A Framework Agreement

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Minor Works, Lot 1A Framework Agreement
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Works
Procedure: Open
Short Description: This invitation to tender ("ITT") is issued by North Eastern Universities Purchasing Consortium ("NEUPC") for the establishment of a framework agreement for the procurement of minor building works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises. The Framework Agreement is being tendered on behalf of select members of NEUPC only (the "Participating Consortia"). Those “Members” are: Durham University, Newcastle University, Northumbria University, Teesside University and University of Sunderland. In addition to the above institutions, this agreement will be made available to Affiliate member, INTO Newcastle University LLP (a joint venture between Newcastle University and INTO University Partnerships Ltd), who may have an occasional, minor need for the agreement.
Published: 04/02/2020 14:25
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
             http://www.neupc.ac.uk, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 7775339236, Email: m.mcgill@neupc.ac.uk
             Contact: Michael McGill
             Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
             NUTS Code: UKE42
      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: 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:-Construction-work./7J75UJ2UW4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.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: Minor Works, Lot 1A Framework Agreement       
      Reference Number: EFM2031NE
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: This invitation to tender ("ITT") is issued by North Eastern Universities Purchasing Consortium ("NEUPC") for the establishment of a framework agreement for the procurement of minor building works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises. The Framework Agreement is being tendered on behalf of select members of NEUPC only (the "Participating Consortia"). Those “Members” are: Durham University, Newcastle University, Northumbria University, Teesside University
and University of Sunderland. In addition to the above institutions, this agreement will be made available to Affiliate member, INTO Newcastle University LLP (a joint venture between Newcastle University and INTO University Partnerships Ltd), who may have an occasional, minor need for the agreement.       
      II.1.5) Estimated total value:
      Value excluding VAT: 100,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UKC2 Northumberland and Tyne and Wear
      UKC1 Tees Valley and Durham
      
      II.2.4) Description of procurement: This Framework is a single Lot, for schemes with an estimated value of between £0-£1,000,000. 6 contractors will be appointed.
      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: 100,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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. Full details of the tender requirements can be found in the published tender documentation.       


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: 6           
         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: 16/03/2020 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: 16/03/2020
         Time: 12:00
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Construction-work./7J75UJ2UW4

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/7J75UJ2UW4
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC Ltd
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871750, Email: admin@neupc.ac.uk
       Internet address: http://www.neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             NEUPC Ltd
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://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
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871750, Email: admin@neupc.ac.uk
       Internet address: http://www.neupc.ac.uk
   VI.5) Date Of Dispatch Of This Notice: 04/02/2020

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
       http://www.neupc.ac.uk, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 7775339236, Email: m.mcgill@neupc.ac.uk
       Contact: Michael McGill
       Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UKE42

   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: 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, Lot 1A Framework Agreement            
      Reference number: EFM2031NE

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


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: This award by North Eastern Universities Purchasing Consortium ("NEUPC") is for the establishment of a framework agreement for the procurement of minor building works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises. The Framework Agreement has been tendered on behalf of select members of NEUPC only (the "Participating Consortia"). Those “Members” are: Durham University, Newcastle University, Northumbria University, Teesside University
and University of Sunderland. In addition to the above institutions, this agreement will be made available to Affiliate member, INTO Newcastle University LLP (a joint venture between Newcastle University and INTO University Partnerships Ltd), who may have an occasional, minor need for the agreement.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 100,000,000
                  
         Currency:GBP            

   II.2) Description

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


      II.2.3) Place of performance
      Nuts code:
      UKC2 - Northumberland and Tyne and Wear
      UKC1 - Tees Valley and Durham
   
      Main site or place of performance:
      Northumberland and Tyne and Wear
      Tees Valley and Durham
             

      II.2.4) Description of the procurement: This Framework is a single Lot, for schemes with an estimated value of between £0-£1,000,000.

      II.2.5) Award criteria:
      Quality criterion - Name: Proposed Framework Manager and methodology for managing the framework. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of operating under similar framework agreements and delivering HE-sector schemes, covering the range of spend under this agreement. / Weighting: 6
      Quality criterion - Name: Supply chain management and development for the north east region. / Weighting: 6
      Quality criterion - Name: Proposed methodology for delivering the Merz Court scheme. / Weighting: 15
      Quality criterion - Name: Proposed contract delivery team for the Merz Court scheme. / Weighting: 12
      Quality criterion - Name: Health & Safety - Risk Assessments / Method Statements / RIDDOR / Weighting: 6
      Quality criterion - Name: Equality & Diversity / Weighting: 3
      Quality criterion - Name: Modern Slavery / Weighting: 3
      Quality criterion - Name: Environmental / Weighting: 3
                  
      Cost criterion - Name: Tender Sum / 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 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 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: 2020/S 27-63333
      
   

   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: Minor Works, Lot 1A

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 11 (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: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Esh Construction Limited, 02529939
             Bowburn North Ind Est., Bowburn, Durham, DH6 5PF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Interserve Construction Limited, 00303359
             Ouseburn Point, 34-38 Shields Road, Newcastle upon Tyne, NE6 1DR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Key Property Solutions Ltd., 01261882
             KPS House, Lumley Court, Chester le Street, County Durham, DH2 1AN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             LIVECO Limited T/A VEST Construction, 05290222
             2 Henson Close, South Church Enterprise Park, Bishop Auckland, County Durham, DL14 6WA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             M.J. Phoenix & Son Ltd., 03757694
             2 Wrekenton Row, Wrekenton, Gateshead, NE9 7JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Sendrig Construction Limited, 01553671
             Andrew House, 4 Benton Terrace, Jesmond, Newcastle Upon Tyne, NE2 1QU, 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: 100,000,000          
         Total value of the contract/lot: 100,000,000
         Currency: GBP

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

   VI.3) Additional information: This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Fund (ESIF) and Research Councils UK (RCUK).
Call-offs may be made by direct award or mini competition. Full details provided in the published tender documents. Institutions opting out of the public contracts regulations and/or their partners that access this agreement are not bound by the call-off procedures which apply to contracting authorities.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=492216332

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://www.neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          NEUPC Ltd
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://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
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://www.neupc.ac.uk

   VI.5) Date of dispatch of this notice: 05/05/2020