UK-Leeds: Building services consultancy services.

UK-Leeds: Building services consultancy services.
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: j.lisle@neupc.ac.uk
Contact: Jon LIsle
Main Address: http://neupc.delta-esourcing.com
NUTS Code: UK
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:-Building-services-consultancy-services./CTB377GPQC
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: https://www.neupc.delta-esourcing.com
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: Construction Project Management and Conservation Professional Services Framework (CPMCPS)
Reference Number: EFM2056NE
II.1.2) Main CPV Code:
71315210 - Building services consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: A Framework Agreement to appoint a pool of service providers to provide a range of Project Management and Conservation Professional Services. The Project Management consultancy services shall only be available to the NE5 group of Universities in the North-East which consists of the Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). Conservation consultancy services shall be available to all NEUPC Members throughout the UK.
II.1.5) Estimated total value:
Value excluding VAT: 64,000,000
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: 4
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: Construction Project Management Related Services
Lot No: A
II.2.2) Additional CPV codes:
71500000 - Construction-related services.
71310000 - Consultative engineering and construction services.

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

II.2.4) Description of procurement: The Authority is seeking to appoint a pool of around six talented consultancy firms for the provision of Construction Project Management Professional Services, who will support the five North East Universities by providing consultancy in Project Management, Quantity Surveying, Planning, Sustainability, Contract Administration, etc (a full list of the main and supplementary services being sought under this Lot can be found in the tender documents). Where necessary these services will support the University in delivering the Estates capital plans.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 12

Objective criteria for choosing the limited number of candidates: This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only six (6) bidders will go on to be awarded on to the final Framework Agreement.
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.
II.2) Description Lot No. 2

II.2.1) Title: Construction Project Management Related Services
Lot No: B
II.2.2) Additional CPV codes:
71500000 - Construction-related services.
45220000 - Engineering works and construction works.
71000000 - Architectural, construction, engineering and inspection services.
71310000 - Consultative engineering and construction services.

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

II.2.4) Description of procurement: The Authority is seeking to appoint a pool of around five talented consultancy firms or individuals for the provision of Construction Project Management Professional Services, who will support the five North East Universities by providing consultancy in Fire Safety Engineering, Mechanical Engineering and Electrical Engineering. Where necessary these services will support the University in delivering the Estates capital plans.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates: This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only five (5) companies will go on to be awarded on to the final Framework Agreement.
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.
II.2) Description Lot No. 3

II.2.1) Title: Construction Project Management Related Services
Lot No: C
II.2.2) Additional CPV codes:
71500000 - Construction-related services.
71310000 - Consultative engineering and construction services.

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

II.2.4) Description of procurement: The Authority is seeking to appoint a pool of around five talented consultancy firms or individuals for the provision of Construction Project Management Professional Services, who will support the five North East Universities by providing consultancy in Building Surveying, Principle Designers and Clerks of Works. Where necessary these services will support the University in delivering the Estates capital plans.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates: This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only five (5) companies will go on to be awarded on to the final Framework Agreement.
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.
II.2) Description Lot No. 4

II.2.1) Title: Conservation Professional Services
Lot No: D
II.2.2) Additional CPV codes:
71500000 - Construction-related services.
44112000 - Miscellaneous building structures.
45212350 - Buildings of particular historical or architectural interest.
71251000 - Architectural and building-surveying services.
71315300 - Building surveying services.
92522000 - Preservation services of historical sites and buildings.
92522200 - Preservation services of historical buildings.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Authority is seeking to appoint a pool of around four talented consultancy firms or individuals for the provision of Construction Project Management Professional Services, who will support the five North East Universities and also NEUPC's wider members throughout the UK by providing consultancy in Conservation Architecture, Heritage Consultancy and Heritage Building Surveying (a full list of the main and supplementary services being sought under this Lot can be found in the tender documents). Where necessary these services will support the University Estates and Heritage Teams in maintaining and developing their sites of historic importance.
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: 24,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates: This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only four (4) companies or individuals will go on to be awarded on to the final Framework Agreement.
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.2.1) 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 RESTRICTED
IV.1.1) Type of procedure: Restricted

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
The procurement involves the setting up of a dynamic purchasing system - NO
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: 04/06/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/07/2024
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



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 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:-Building-services-consultancy-services./CTB377GPQC

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/CTB377GPQC
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: 30/04/2024

Annex A