NEUPC Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Minor Works Services (for schemes up to £1m ex vat) |
Notice type: | Contract Award Notice |
Authority: | NEUPC Ltd |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | A Framework Agreement to appoint a pool of contractors for the provision of Minor Works services for schemes up to £1m ex vat to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teesside Universities and their subsidiaries (some of which may be located outside the North-East of England). The nature of works will involve all aspects of minor building works (refurbishment and improvement schemes) typical of University buildings such as but not limited to Laboratories, small and complex Lecture Theatres, Libraries, café and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, student accommodation, plant areas, etc. |
Published: | 28/03/2025 11:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
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: UKC
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: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Minor Works Services (for schemes up to £1m ex vat)
Reference number: EFM2057NE
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works services for schemes up to £1m ex vat to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teesside Universities and their subsidiaries (some of which may be located outside the North-East of England). The nature of works will involve all aspects of minor building works (refurbishment and improvement schemes) typical of University buildings such as but not limited to Laboratories, small and complex Lecture Theatres, Libraries, café and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, student accommodation, plant areas, etc.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 40,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45453100 - Refurbishment work.
45259900 - Plant upgrade work.
II.2.3) Place of performance
Nuts code:
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: A Framework Agreement to appoint a pool of contractors for the provision of Minor Works services for schemes up to £1m ex vat to the NE5 group of Universities in the North-East. NE5 consists of Durham, Newcastle, Northumbria, Sunderland and Teesside Universities and their subsidiaries (some of which may be located outside the North-East of England). The nature of works will involve all aspects of minor building works (refurbishment and improvement schemes) typical of University buildings such as but not limited to Laboratories, small and complex Lecture Theatres, Libraries, café and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, student accommodation, plant areas, etc.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: 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
Reference to project(s) and/or programme(s): 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 IV: Procedure
IV.1) Description
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: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2024/S 000-013581
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: EFM2057NE
Lot Number: Not Provided
Title: Minor Works Services (for schemes up to £1m ex vat)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/10/2024
V.2.2) Information about tenders
Number of tenders received: 18
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 18
Number of tenders received by electronic means: 18
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
LIVECO Ltd t/a VEST Construction, 05286542
2 Henson Close, South Church Enterprise Park, Bishop Auckland, County Durham, DL14 6WA, United Kingdom
Tel. +44 1388778822, Email: gavin@liveco.biz
NUTS Code: UKC
The contractor is an SME: Yes
Contractor (No.2)
Sendrig Construction Ltd, 01553671
Andrew House, 4 Benton Terrace, Jesmond, NE2 1QU, United Kingdom
Tel. +44 1912810835, Email: michael.lee@sendrig.co.uk
NUTS Code: UKC
The contractor is an SME: Yes
Contractor (No.3)
Aptus Construction Ltd, 06252917
Unit 8, Cobblestone Court, Hoults Estate, Walker Road, Byker, Newcastle upon Tyne, NE6 1AB, United Kingdom
Tel. +44 3337729154, Email: dan@aptusconstruction.co.uk
NUTS Code: UKC
The contractor is an SME: Yes
Contractor (No.4)
Britcon (UK) Ltd, 02463833
26-30 Midland Road, Scunthorpe, North Lincolnshire, DN16 1DQ, United Kingdom
Tel. +44 7985952752, Email: jason.henderson@britcon.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Geoffrey Robinson Ltd, 01042638
Macklin Avenue, Cowpen Industrial Estate, Billingham, Teesside, TS23 4ET, United Kingdom
Tel. +44 1642370500, Email: arichardson@geoffreyrobinson.co.uk
NUTS Code: UKC
The contractor is an SME: No
Contractor (No.6)
Arcas Building Solutions Ltd, 08409305
1 Boston House, Fifth Avenue Business Park, Team Valley, Gateshead, NE11 0HF, United Kingdom
Tel. +44 1914821400, Email: mark.wanless@arcasbuilding.co.uk
NUTS Code: UKC
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 40,000,000
Total value of the contract/lot: 40,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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 all NE5 Member Institutions and NCG whether or not they are classed as Contracting Authorities under the Public Contract Regulations.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=899619717
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 review procedure 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: 28/03/2025
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
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: https://neupc.ac.uk/who-are-our-members.
NUTS Code: UK