UK-Leeds: Preservation services of historical sites and buildings.

UK-Leeds: Preservation services of historical sites and buildings.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 01134871764, 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: 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:-Preservation-services-of-historical-sites-and-buildings./ZBV9Z4T78T
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: Conservation Works and Maintenance Services
Reference Number: EFM2061 NE
II.1.2) Main CPV Code:
92522000 - Preservation services of historical sites and buildings.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: This invitation to tender is issued by North Eastern Universities Purchasing Consortium ("NEUPC") for the establishment of a new framework agreement for its members to provide a compliant route to market for the provision of Conservation Works and Cyclical Maintenance and Large Scale Repair Services. The services under this framework will involve all aspects of restoration and refurbishment typically required within buildings and heritage sites of historical or architectural importance, where there is a major economic, moral and reputational reason to maintain and repair such buildings of varying age and condition.
NEUPC wishes to award a framework agreement under two (2) Lots. Lot 1 Major Conservation Works and Lot 2 Cyclical Maintenance and Large Scale Repairs, to meet the requirements of all our full, associate and affiliate members across four (4) geographical regions. Full details on the Lots, regions and our members are available in the Invitation To tender Document. There are no restrictions on the number of Lots a bidder can bid for.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
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: Not provided

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

II.2.1) Title: Major Conservation Works Projects
Lot No: 1
II.2.2) Additional CPV codes:
45262522 - Masonry work.
92522200 - Preservation services of historical buildings.
92522100 - Preservation services of historical sites.
45453100 - Refurbishment work.
45262690 - Refurbishment of run-down buildings.
45420000 - Joinery and carpentry installation work.
45454100 - Restoration work.
45262510 - Stonework.

II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UK UNITED KINGDOM
UKC NORTH EAST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: The works under this framework lot will involve all aspects of Major restoration and refurbishment works typically required across buildings and heritage sites of historical or architectural importance. The core services are traditional masonry repairs and stonework, rendering and plastering, carpentry and joinery, roofing, leadwork and new construction within a heritage context. The typical type of buildings within a members estate are, but are not limited to Grade I and II Listed Buildings and heritage sites which could consist of anything from campus buildings and student accommodation to Castles and their grounds. Bidders must be able to service the NORTH EAST Region as an absolute minimum.
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: 40,000,000
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: Yes
Description of renewals: The framework will be awarded for a period of 2 years with a possible 24 month extension to allow for long term planned major projects and cyclical maintenance contracts to be satisfied.

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 under this framework may be linked to European Funding including but not limited to ERDF, ESIF, Research Council grants or any equivalent funds or grants relevant to the conservation sector.
II.2.14) Additional information: This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015
II.2) Description Lot No. 2

II.2.1) Title: Conservation Cyclical Maintenance and Large Scale Repairs
Lot No: 2
II.2.2) Additional CPV codes:
45262522 - Masonry work.
92522200 - Preservation services of historical buildings.
92522100 - Preservation services of historical sites.
45453100 - Refurbishment work.
45262690 - Refurbishment of run-down buildings.
45420000 - Joinery and carpentry installation work.
45262510 - Stonework.
45454100 - Restoration work.

II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UK UNITED KINGDOM
UKC NORTH EAST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: The services under this framework lot will involve all aspects of Cyclical Maintenance and Large Scale repairs typically required across buildings and heritage sites of historical or architectural importance. The core services are traditional masonry repairs and stonework, rendering and plastering, carpentry and joinery, roofing and leadwork. The typical type of buildings within a members estate are, but are not limited to, Grade I and II Listed Buildings and heritage sites which could consist of anything from campus buildings and student accommodation to Castles and their grounds. Bidders must be able to service the NORTH EAST Region as an absolute minimum.
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: 20,000,000
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: Yes
Description of renewals: The framework will be awarded for a period of 2 years with a possible 24 month extension to allow for long term planned major projects and cyclical maintenance contracts to be satisfied.

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 under this framework may be linked to European Funding including but not limited to ERDF, ESIF, Research Council grants or any equivalent funds or grants relevant to the conservation sector.
II.2.14) Additional information: This agreement will be open to members and their partners regardless of whether or not they are to be 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
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:
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: 25/03/2025 Time: 16:00

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: 25/03/2025
Time: 16:30
Place:
NEUPC Ltd


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 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:-Preservation-services-of-historical-sites-and-buildings./ZBV9Z4T78T

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/ZBV9Z4T78T
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: j.lisle@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: j.lisle@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: j.lisle@neupc.ac.uk
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
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871764, Email: admin@neupc.ac.uk
Contact: Jon LIsle
Main Address: https://neupc.ac.uk/who-are-our-members
NUTS Code: UK