UK-Leeds: Lift and escalator installation work.

UK-Leeds: Lift and escalator 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 7775031245, Email: a.hughes@neupc.ac.uk
Contact: Andy Hughes
Main Address: https://neupc.ac.uk.ac.uk, Address of the buyer profile: https://www.neupc.delta-esourcing.com/
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:-Lift-and-escalator-installation-work./HGT53Y736H
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: Lift Installation Maintenance and Consultancy
Reference Number: Not provided
II.1.2) Main CPV Code:
45313000 - Lift and escalator installation work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework
agreements designed to maximise third party expenditure within the higher education sector. NEUPC wishes to award a framework agreement to service the requirements of the UK Consortia Higher Education Institutions and Associate & Affiliate members for the Maintenance & Full Installation of Lifts, along with Consultancy services associated with Lifts. Lots 1 A to F for Lift Maintenance and Servicing are geographically split . Full details of the regions are available in the Invitation to Tender. There is no restriction on the number of lots a Bidder can submit a tender for. Both Lot 2 Lift Installation and Modernisation, and Lot 3 Lift Consultancy are National Lots with the coverage detailed in the ITT.
II.1.5) Estimated total value:
Value excluding VAT: 34,000,000
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: Lift Maintenance and Servicing - North East and Yorkshire
Lot No: 1A
II.2.2) Additional CPV codes:
50750000 - Lift-maintenance services.
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
42419000 - Parts of lifting and handling equipment.
42419500 - Parts of lift, skip hoists or escalators.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: For the North East and Yorkshire region: Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qulaity / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/BVP5KV6GR3
II.2) Description Lot No. 2

II.2.1) Title: North West and Northern Ireland
Lot No: 1B
II.2.2) Additional CPV codes:
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
50750000 - Lift-maintenance services.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
42419000 - Parts of lifting and handling equipment.
42419500 - Parts of lift, skip hoists or escalators.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: North West and Northern Ireland - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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 thatare fully or part-funded by European Union funds or Programme
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: East of England
Lot No: 1C
II.2.2) Additional CPV codes:
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
42419000 - Parts of lifting and handling equipment.
42419500 - Parts of lift, skip hoists or escalators.
50750000 - Lift-maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: East of England - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualtiy / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months.
Initial term is 36 months prior to extension option(s).
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: Not provided
II.2) Description Lot No. 4

II.2.1) Title: 1D
Lot No: South West
II.2.2) Additional CPV codes:
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
42419000 - Parts of lifting and handling equipment.
50750000 - Lift-maintenance services.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
42419500 - Parts of lift, skip hoists or escalators.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: South West - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualtiy / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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: Not provided
II.2) Description Lot No. 5

II.2.1) Title: 1E
Lot No: South East & London
II.2.2) Additional CPV codes:
42416100 - Lifts.
42419000 - Parts of lifting and handling equipment.
50750000 - Lift-maintenance services.
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
42419500 - Parts of lift, skip hoists or escalators.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: South East & London - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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: Not provided
II.2) Description Lot No. 6

II.2.1) Title: 1F
Lot No: Wales
II.2.2) Additional CPV codes:
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
42419000 - Parts of lifting and handling equipment.
50750000 - Lift-maintenance services.
42419500 - Parts of lift, skip hoists or escalators.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Wales - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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: Not provided
II.2) Description Lot No. 7

II.2.1) Title: Lift Installation and Modernisation Services (National)
Lot No: 2
II.2.2) Additional CPV codes:
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
42416120 - Goods lifts.
42416130 - Mechanical lifts.
45313000 - Lift and escalator installation work.
45313100 - Lift installation work.
51511000 - Installation services of lifting and handling equipment, except lifts and escalators.
51511100 - Installation services of lifting equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lift Installation and Modernisation works for UKUPC members
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 12,000,000
Currency: GBP
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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
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: Not provided
II.2) Description Lot No. 8

II.2.1) Title: Lift Consultancy Services
Lot No: 3
II.2.2) Additional CPV codes:
71312000 - Structural engineering consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71530000 - Construction consultancy services.
72224000 - Project management consultancy services.
79415200 - Design consultancy services.
79417000 - Safety consultancy services.
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lift consultancy services including site surveys, design, specification, preparation of tender documents, technical and financial tender evaluation; project management (where required), progress meetings, progress inspections of site works, witness testing; checking project handover information for various new lift installations and modernisation of existing lifts.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Price / Weighting: 50

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: 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: Yes
Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s)
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: Not provided


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
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: 32
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: 24/03/2025 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: 24/03/2025
Time: 16:00


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 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:-Lift-and-escalator-installation-work./HGT53Y736H

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/HGT53Y736H
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC, Will Mendrek, LS1 5QX, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/02/2025

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
APUC (Advanced Procurement for Universities & Colleges)
APUC Limited,, Unit 27, Stirling Business Centre, Stirling, FK8 2DZ, United Kingdom
Email: enquiries@apuc-scot.ac.uk
Main Address: http://www.apuc-scot.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:
2: Contracting Authority
NWUPC (North West Universities Purchasing Consortium)
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: procurement@nwupc.ac.uk
Main Address: https://www.nwupc.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:
3: Contracting Authority
SUPC (Southern Universities Purchasing Consortium)
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
Email: supc@reading.ac.uk
Main Address: https://www.supc.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:
4: Contracting Authority
LUPC (London Universities Purchasing Consortium)
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Email: enquiries@lupc.ac.uk
Main Address: http://www.lupc.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
HEPCW (Higher Education Purchasing Consortium Wales)
8th Floor 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Email: hepcw@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/
NUTS Code: UK