UK-Leeds: Roof works and other special trade construction works.

UK-Leeds: Roof works and other special trade construction works.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: https://www.neupc.ac.uk/who-are-our-members
NUTS Code: UK
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:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
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: Roofing Services
Reference Number: EFM2039 NE
II.1.2) Main CPV Code:
45260000 - Roof works and other special trade construction works.

II.1.3) Type of contract: WORKS
II.1.4) Short description: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:
Reactive Maintenance
Planned Maintenance
Project / Re-roofing works

For clarity it is the intension to award the 4 top ranked suppliers to each regional area for each specialism eg Lot 1 North East will have 4 suppliers awarded, Lot 1 East will also 4 suppliers awarded.

Suppliers may bid on all unlimited number of regions across both lots. Award to one region does not guarantee award to any other regions bid on
II.1.5) Estimated total value:
Value excluding VAT: 25,000,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

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

II.2.1) Title: Roofing Services (New installations and Specialist Systems)
Lot No: 1
II.2.2) Additional CPV codes:
31518300 - Rooflights.
44112400 - Roof.
44112410 - Roof frames.
44112420 - Roof supports.
44112430 - Roof trusses.
44112500 - Roofing materials.
44232000 - Timber roof trusses.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261100 - Roof-framing work.
45261200 - Roof-covering and roof-painting work.
45261210 - Roof-covering work.
45261211 - Roof-tiling work.
45261212 - Roof-slating work.
45261213 - Metal roof-covering work.
45261220 - Roof-painting and other coating work.
45261221 - Roof-painting work.
45261222 - Cement roof-coating work.
45261410 - Roof insulation work.
45261420 - Waterproofing work.
45261900 - Roof repair and maintenance work.
45261910 - Roof repair.
45261920 - Roof maintenance work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: In addition to the over all specification of requirements stated above awarded bidders to Lot 1 are required to provide Installation and Maintenance for Specialist systems as evaluated as part of the ITT question set.

Project Works
It is envisaged that projects to be undertaken by the Contractors under this agreement shall be awarded in one of three ways:
•Direct award against the schedule of rates and agreed project discount structure.
•Re-opening competition for their region’s Framework Contractors (mini-tender)
The institutions shall provide specifications and an indication of programme for the works with the expectation that the Contractor shall not unreasonably refuse to supply a quotation for the works.
It is envisaged that this manner of call off shall be used in particular for those larger projects over £250,000 net Vat GBP, or where the specification or design of the project requires a degree of contractor input.
The tender documentation details a discount structure on the schedule of rates for those instances where the institutions making the call off decide to appoint a contractor directly without further competition. This shall be applied to the NET VAT Project value of the commission made by the Institution to the contractor.
The institutions will commonly utilise an electronic tendering system to facilitate mini-tenders and the Contractor should commit to registering on said systems.
The method of selecting the contractor following mini tender will be based upon the Framework Agreement award criteria, but maybe adjusted by a reasonable proportion in terms of weighting to better reflect the institution’s requirements.
Projects may be conducted against either NEC3 or JCT forms of contract.
It is expected that the Institutions own preferred contracts may form the basis of any call off or appointment as opposed to the Contractor’s.

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32
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: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The framework will be for an initial period of 36 months with an optional extension of 12 months subject to performance

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: Individual call offs may be related to external funding sources including but not limited to ERDF, ESIF or Research Council funding. Further detail will be included in call off documents
II.2.14) Additional information: This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015
II.2) Description Lot No. 2

II.2.1) Title: Roofing Services (Preventative Maintenance and Repairs)
Lot No: 2
II.2.2) Additional CPV codes:
44112400 - Roof.
44112410 - Roof frames.
44112420 - Roof supports.
44112430 - Roof trusses.
44112500 - Roofing materials.
44232000 - Timber roof trusses.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261100 - Roof-framing work.
45261200 - Roof-covering and roof-painting work.
45261210 - Roof-covering work.
45261211 - Roof-tiling work.
45261212 - Roof-slating work.
45261213 - Metal roof-covering work.
45261214 - Bituminous roof-covering work.
45261220 - Roof-painting and other coating work.
45261221 - Roof-painting work.
45261222 - Cement roof-coating work.
45261410 - Roof insulation work.
45261420 - Waterproofing work.
45261900 - Roof repair and maintenance work.
45261910 - Roof repair.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:
Reactive Maintenance
Planned Maintenance
To include the following types of roofing (not exhaustive):
•Flat
•Pitched
•Sloping
•Architectural
And the following types of materials (indicative):
•Thermoset membrane (e.g. rubber)
•Thermoplastic (e.g. pvc/vinyl)
•Asphalt Roll
•Bituminous covering
•Fibre glass
•Metal (e.g. galvanised steel/copper sheet)
•Structural Concrete
•Glass
•Slate/tile
•Wood and timber

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY
Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The framework will be awarded for an initial period of 36 months but is subject to an additional 12 month extension based upon performance

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: Individual call off projects may involve funding from external sources including but not limited to ERDF, ESIF or Research Council Funding. Further detail will be included at call off
II.2.14) Additional information: This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015


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:
Not Provided
III.1.2) Economic and financial standing
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
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:
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: 2021/S 000 - 024426
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/11/2021 Time: 14:00

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): 4

IV.2.7) Conditions for opening of tenders:
Date: 25/11/2021
Time: 14:01


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
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:-Roof-works-and-other-special-trade-construction-works./232DK56MVY

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/232DK56MVY
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 1134871756, Email: a.hughes@neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871756, Email: a.hughes@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 1134871756
VI.5) Date Of Dispatch Of This Notice: 26/10/2021

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
NWUPC
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: n.peacock@nwupc.ac.uk
Main Address: https://www.nwupc.ac.uk/our-members
NUTS Code: UK