UK-Leeds: Mechanical installations.

UK-Leeds: Mechanical installations.
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/tenders/UK-UK-Leeds:-Mechanical-installations./V9D64E8X6G
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: Mechanical Works Framework Agreement for North-Eastern Universities
Reference Number: EFM2027NE
II.1.2) Main CPV Code:
45350000 - Mechanical installations.

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 mechanical works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises.

The works will involve all aspects of mechanical 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: 12,000,000
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: Lot No.1, Works of value: 0 GBP - 50000 GBP
Lot No.2, Works of value: 0 GBP and above

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Works of value: 0 GBP - 50000 GBP
Lot No: 1
II.2.2) Additional CPV codes:
45350000 - Mechanical installations.

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 50 000 GBP) but there will be several higher value 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.
It is intended that the Framework Agreement will be awarded to 6 Bidders per Lot.
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 GBP and above
Lot No: 2
II.2.2) Additional CPV codes:
45350000 - Mechanical installations.

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 50 000 GBP) but there will be several higher value 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.
It is intended that the Framework Agreement will be awarded to 6 Bidders per Lot.
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: 25/11/2019 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: 25/11/2019
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.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mechanical-installations./V9D64E8X6G

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/V9D64E8X6G
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: 21/10/2019

Annex A