UK-Leeds: Electrical installation work.
UK-Leeds: Electrical installation work.
Section I: Contracting Authority
		I.1) Name and addresses
				 NEUPC Ltd
				 Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
				 Tel. +44 1134871764, 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 
		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:  Electrical Works Framework Agreement for North-Eastern Universities 		
		Reference Number:   EFM2024NE 
		II.1.2) Main CPV Code: 
		45310000 - Electrical installation work.
 
		II.1.3) Type of contract:  WORKS 
		II.1.4) Short description:  NEUPC, in collaboration with Durham, Newcastle, Northumbria, Sunderland and Teesside Universities is looking to put in place a framework agreement for the provision of various electrical works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises.  
The works will involve all aspects of electrical building services, excluding telephone and data works, 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, accommodation, plant areas, etc. 
As well as the above types, appointed Contractors will be expected to carry out works in buildings of varying age/condition, listed/heritage type buildings. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  9,000,000 		
		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:  2 
		The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  The framework has been designed to provide the Universities with a simple and flexible solution for their electrical requirements.  The proposed framework agreement will divided into the following two Lots:
•Lot 1 (£0-£50,000).  Up to 6 contractors to be appointed.  
•Lot 2  (£0-£500,000 and above).  Up to 6 contractors to be appointed. 
II.2) Description
     II.2) Description  Lot No. 1 
		
		II.2.1) Title:  Works of Value: £0-£50,000 GBP 		
		Lot No:  1  		
		II.2.2) Additional CPV codes:
		45311000 - Electrical wiring and fitting work.
 		
		II.2.3) Place of performance: 
		UKC2 Northumberland and Tyne and Wear 
		UKC1 Tees Valley and Durham 
  		
		II.2.4) Description of procurement:  It is envisaged that the majority of call-offs from this framework will come from Durham, Newcastle and Sunderland.  The call-offs will be predominantly low value (sub £20k) but there will be several higher value (circa £300-500k) schemes called off throughout the duration of the framework.  A significant percentage of the low value call-offs will need an urgent response.  Appointed Contractors will need to be able to react efficiently and quickly to any request made.  Ability to be on site in a short period of time is an essential requirement of this agreement. 
		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:  Not provided 		
		Currency:  Not provided 		
		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: 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. Full details of Lot 1 and the tender requirements can be found in the published tender documentation. 		
     II.2) Description  Lot No. 2 
		
		II.2.1) Title:  Works of Value: £0-£500,000 GBP and above 		
		Lot No:  2  		
		II.2.2) Additional CPV codes:
		45311000 - Electrical wiring and fitting work.
 		
		II.2.3) Place of performance: 
		UKC2 Northumberland and Tyne and Wear 
		UKC1 Tees Valley and Durham 
  		
		II.2.4) Description of procurement:  It is envisaged that the majority of call-offs from this framework will come from Durham, Newcastle and Sunderland.  The call-offs will be predominantly low value (sub £20k) but there will be several higher value (circa £300-500k) schemes called off throughout the duration of the framework.  A significant percentage of the low value call-offs will need an urgent response.  Appointed Contractors will need to be able to react efficiently and quickly to any request made.  Ability to be on site in a short period of time is an essential requirement of this agreement. 
		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:  Not provided 		
		Currency:  Not provided 		
		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: 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. Full details of Lot 1 and 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:                 
                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:  Not provided 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 21/02/2019    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: 21/02/2019
			Time: 13:00
		
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.
Participating consortia and members. The bodies that may utilise this agreement include: Newcastle University, Durham University,The University of Sunderland, Teesside University, Northumbria University. 
EU funding: This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to: 1. European Regional Development Fund (ERDF) or 2. European Structural and Investment Fund (ESIF) or 3. Research Councils UK (RCUK), the strategic partnership of the UK's 7 Research Councils. 
Call off methods: Call-offs may be made by direct award or mini competition. Full details of the Call-off methods can be found 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. Office relocation.
For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Electrical-installation-work./X9T3H72877
To respond to this opportunity, please click here: 
https://neupc.delta-esourcing.com/respond/X9T3H72877
 	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: 17/01/2019
Annex A