UK-Leeds: Construction work.

UK-Leeds: Construction work.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +441 134871764, Email: j.lisle@neupc.ac.uk
Contact: Jon Lisle
Main Address: http://neupc.delta-esourcing.com
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.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./2C4QUZ9A55
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: Minor Works Services (for schemes up to £1m ex vat)
Reference Number: EFM2057NE
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 for schemes up to £1m ex vat 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 located outside the North-East of England). The nature of works will involve all aspects of minor building works (refurbishment and improvement schemes) typical of University buildings such as but not limited to Laboratories, small and complex Lecture Theatres, Libraries, café and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, student accommodation, plant areas, etc.
II.1.5) Estimated total value:
Value excluding VAT: 40,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
45453100 - Refurbishment work.
45259900 - Plant upgrade work.

II.2.3) Place of performance:
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 services for schemes up to £1m ex vat 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 located outside the North-East of England). The nature of works will involve all aspects of minor building works (refurbishment and improvement schemes) typical of University buildings such as but not limited to Laboratories, small and complex Lecture Theatres, Libraries, café and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, student accommodation, plant areas, etc.
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: 40,000,000
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: Any Framework Agreement concluded as a result of this exercise will be for a fixed period of two (2) years, with possible extensions of up to 24 months, subject to satisfactory performance, making a possible maximum contract period of four (4) years).

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
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: 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: 29/05/2024 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: 29/05/2024
Time: 12:01
Place:
NEUPC Ltd


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://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Construction-work./2C4QUZ9A55

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2C4QUZ9A55
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871764, Email: admin@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 1134871764, Email: admin@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 1134871764, Email: admin@neupc.ac.uk
VI.5) Date Of Dispatch Of This Notice: 26/04/2024

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
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