UK-Leeds: Technical testing, analysis and consultancy services.

UK-Leeds: Technical testing, analysis and consultancy services.
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
Contact: Andy Hughes
Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: http://www.neupc.ac.uk
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:-Technical-testing%2C-analysis-and-consultancy-services./HX9Q44Y847
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/HX9Q44Y847 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: Asbestos Consultancy Services
Reference Number: EFM2043 NE
II.1.2) Main CPV Code:
71600000 - Technical testing, analysis and consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: NEUPC seeks to establish a framework agreement for asbestos related consultancy, testing and analysis work.
The framework agreement will be made available for use by HE Regional Consortia member institutions, associate members,
and affiliate members regardless of whether or not they are to be defined as contracting authorities for the
purpose of The Public Contracts Regulations 2015
II.1.5) Estimated total value:
Value excluding VAT: 14,000,000
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: Asbestos Consultancy Services - North East
Lot No: 1
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: Potential extension of 12 months dependent upon review and 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: Potential call offs may involve funding from EU schemes such as ERDF ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.
II.2) Description Lot No. 2

II.2.1) Title: Asbestos Consultancy Services - Yorkshire & Humber
Lot No: 2
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: Potential 12 month extension dependent upon review and 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: Call offs may involve funding from European projects including but not limited to ERDF or ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.
II.2) Description Lot No. 3

II.2.1) Title: Asbestos Consultancy Services - East Midlands
Lot No: 3
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: An additional 12 month extension may be applied dependent upon review and 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: Call offs may involve funding from European projects including but not limited to ERDF and ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.
II.2) Description Lot No. 4

II.2.1) Title: Asbestos Consultancy Services - South East
Lot No: 4
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: Potential extension of 12 month subject to review and 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: Call offs may involve funding from European projects including but not limited to ERDF and ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.
II.2) Description Lot No. 5

II.2.1) Title: Asbestos Consultancy Services - South West
Lot No: 5
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: Potential extension of 12 months dependent upon review and 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: Call offs may involve funding from European projects including but not limited to ERDF and ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.
II.2) Description Lot No. 6

II.2.1) Title: Asbestos Consultancy Services - Wales
Lot No: 6
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
UKL WALES

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: A potential extension of 12 months dependent upon review and 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: Call offs may involve funding from European projects including but not limited to ERDF and ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.
II.2) Description Lot No. 7

II.2.1) Title: Asbestos Consultancy Services - North West & West Midlands
Lot No: 7
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.

II.2.3) Place of performance:
IE04 Northern and Western

II.2.4) Description of procurement: Provision of Asbestos Consultancy Services to the HE Sector including Testing, Surveys, Specification development and General Consultancy in relation to works linked with potential Asbestos.
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: 2,000,000
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: A potential 12 month extension dependent upon review and 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: Call offs may involve funding from European Projects including but not limited to ERDF and ESIF
II.2.14) Additional information: The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 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:
Minimum standards and required accreditations are listed in the procurement documents
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: 5
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: 31/08/2023 Time: 11:00

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: 31/08/2023
Time: 11:01
Place:
Online


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This is a retender of an existing NEUPC framework last awarded 2019
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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:-Technical-testing%2C-analysis-and-consultancy-services./HX9Q44Y847

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/HX9Q44Y847
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: 01/08/2023

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
Floor 3 Phoenix House, South Parade, Leeds, LS15QX, United Kingdom
Email: a.hughes@neupc.ac.uk
Contact: Andy Hughes
Main Address: http://www.neupc.ac.uk/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
SUPC Ltd
Reading Enterprise Centre, University of Reading, Early Gate, Reading, RG6 6BU, United Kingdom
Email: supc@reading.ac.uk
Main Address: http://www.supc.ac.uk/engage/our-members/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
LUPC Ltd
Shropshire House, 179 Tottenham Ct Rd, London, W1T7NZ, United Kingdom
Email: enquiries@lupc.ac.uk
Main Address: http://www.lupc.ac.uk/list-of-members.html
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
HEPCW Ltd
8 th Floor, 30-36 Newport Road, Cardiff, CF240DE, United Kingdom
Email: h.allaway@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
NWUPC Ltd
Room 404 4th Floor, Crescent House, University of Salford, Salford, M5 4WT, United Kingdom
Email: Laura.Hills@nwupc.ac.uk
Main Address: http://www.nwupc.ac.uk/our-members
NUTS Code: UK