Skip to main content.

NEUPC Ltd: Electrical Works Framework Agreement for North-Eastern Universities

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Electrical Works Framework Agreement for North-Eastern Universities
Notice type: Contract Award Notice
Authority: NEUPC Ltd
Nature of contract: Works
Procedure: Open
Short Description: NEUPC, in collaboration with Durham, Newcastle, Northumbria, Sunderland and Teesside Universities has put in place a framework agreement for the provision of various electrical works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises. The works will involve all aspects of electrical building services, excluding telephone and data works, 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, accommodation, plant areas, etc. As well as the above types, appointed Contractors will be expected to carry out works in buildings of varying age/condition, listed/heritage type buildings.
Published: 01/05/2019 11:36

View Full Notice

UK-Leeds: Electrical installation work.

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: m.mcgill@neupc.ac.uk
       Contact: Michael McGill
       Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UKE42

   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.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: Electrical Works Framework Agreement for North-Eastern Universities            
      Reference number: EFM2024NE

      II.1.2) Main CPV code:
         45310000 - Electrical installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: NEUPC, in collaboration with Durham, Newcastle, Northumbria, Sunderland and Teesside Universities has put in place a framework agreement for the provision of various electrical works, comprising of small building installations, refurbishments, repairs, maintenance and improvements on university premises.

The works will involve all aspects of electrical building services, excluding telephone and data works, 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, accommodation, plant areas, etc.

As well as the above types, appointed Contractors will be expected to carry out works in buildings of varying age/condition, listed/heritage type buildings.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 9,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Works of Value: £0-£50,000 GBP   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45311000 - Electrical wiring and fitting work.


      II.2.3) Place of performance
      Nuts code:
      UKC2 - Northumberland and Tyne and Wear
      UKC1 - Tees Valley and Durham
   
      Main site or place of performance:
      Northumberland and Tyne and Wear
      Tees Valley and Durham
             

      II.2.4) Description of the procurement: It is envisaged that the majority of call-offs from this framework will come from Durham, Newcastle and Sunderland. The call-offs will be predominantly low value (sub £20k) but there will be several higher value (circa £300-500k) schemes called off throughout the duration of the framework. A significant percentage of the low value call-offs will need an urgent response. Appointed Contractors will need to be able to react efficiently and quickly to any request made. Ability to be on site in a short period of time is an essential requirement of this agreement.

      II.2.5) Award criteria:
      Quality criterion - Name: Proposed Framework Manager and methodology for managing the framework. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of operating under similar framework agreements. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of delivering HE-sector schemes. / Weighting: 12
      Quality criterion - Name: Supply chain management and development for the north east region. / Weighting: 6
      Quality criterion - Name: Proposed methodology for delivering a HE sector, accommodation, refurbishment scheme. / Weighting: 12
      Quality criterion - Name: CVs of the operatives you would assign to schemes called off from this framework. / Weighting: 12
      Quality criterion - Name: Health & Safety - Risk Assessments / Method Statements. / Weighting: 3
      Quality criterion - Name: RIDDOR. / Weighting: 3
                  
      Cost criterion - Name: Tender Sum / 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.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Works of Value: £0-£500,000 GBP and above   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45311000 - Electrical wiring and fitting work.


      II.2.3) Place of performance
      Nuts code:
      UKC2 - Northumberland and Tyne and Wear
      UKC1 - Tees Valley and Durham
   
      Main site or place of performance:
      Northumberland and Tyne and Wear
      Tees Valley and Durham
             

      II.2.4) Description of the procurement: It is envisaged that the majority of call-offs from this framework will come from Durham, Newcastle and Sunderland. The call-offs will be predominantly low value (sub £20k) but there will be several higher value (circa £300-500k) schemes called off throughout the duration of the framework. A significant percentage of the low value call-offs will need an urgent response. Appointed Contractors will need to be able to react efficiently and quickly to any request made. Ability to be on site in a short period of time is an essential requirement of this agreement.

      II.2.5) Award criteria:
      Quality criterion - Name: Proposed Framework Manager and methodology for managing the framework. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of operating under similar framework agreements. / Weighting: 6
      Quality criterion - Name: Your proposed regional office’s experience of delivering HE-sector schemes. / Weighting: 12
      Quality criterion - Name: Supply chain management and development for the north east region. / Weighting: 6
      Quality criterion - Name: Proposed methodology for delivering a HE sector, accommodation, refurbishment scheme. / Weighting: 12
      Quality criterion - Name: CVs of the operatives you would assign to schemes called off from this framework. / Weighting: 12
      Quality criterion - Name: Health & Safety - Risk Assessments / Method Statements. / Weighting: 3
      Quality criterion - Name: RIDDOR. / Weighting: 3
                  
      Cost criterion - Name: Tender Sum / 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. Full details of Lot 1 and the tender requirements can be found in the published tender documentation.


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: 2019/S 15-30123
      
   

   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: 1    
   Lot Number: 1    
   Title: Works of Value: 0 GBP-50 000 GBP

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 12 (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: 0          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kennedy Services Ltd.
             Alexander House, Station Road, Columbia, Washington, NE38 7BD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             McVickers Ltd.
             Unit 2 Woodland Court, Greencroft Industrial Park, Annfield Plain, Stanley, DH9 7BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Project Facilities Management Limited
             Unit 15 Apex Business Village, Northumberland Business Park, Cramlington, NE23 7BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             SMT Electrical Contractors Ltd.
             Great Lime Road, Killingworth, Newcastle upon Tyne, NE12 6RU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             TClarke Contracting Ltd.
             Hunter House, 17-19 Byron Street, Newcastle upon Tyne, NE2 1XH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Tyne Tees Electrical Contracting Ltd.
             382g Jedburgh Court, Team Valley Trading Estate, Gateshead, NE11 0BQ, United Kingdom
             NUTS Code: UK
            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: 9,000,000          
         Total value of the contract/lot: 9,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Works of Value: 0 GBP-500 000 GBP and above

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 11 (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: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kennedy Services Ltd.
             Alexander House, Station Road, Columbia, Washington, NE38 7BD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             McVickers Ltd.
             Unit 2 Woodland Court, Greencroft Industrial Park, Annfield Plain, Stanley, DH9 7BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Opus Building Services Ltd.
             Unit 7 Boldon Court, Boldon Business Park, Boldon, NE35 9LZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Project Facilities Management Ltd.
             Unit 15 Apex Business Village, Northumberland Business Park, Cramlington, NE23 7BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             SMT Electrical Contractors Ltd.
             Great Lime Road, Killingworth, Newcastle upon Tyne, NE12 6RU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             TClarke Contracting Ltd.
             Hunter House, 17-19 Byron Street, Newcastle upon Tyne, NE2 1XH, United Kingdom
             NUTS Code: UK
            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: 9,000,000          
         Total value of the contract/lot: 9,000,000
         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 bodies that may utilise this agreement include: Newcastle University, Durham University, The University of Sunderland, Teesside University, Northumbria University.
This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Fund (ESIF) and Research Councils UK (RCUK).
Call-offs may be made by direct award or mini competition. Full details provided in the published tender documents. Institutions opting out of the Public Contracts Regulations and / or their partners that access this agreement are not bound by the call-off procedures which apply to Contracting Authorities.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=393174105

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://www.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 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://www.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 1134871750, Email: admin@neupc.ac.uk
          Internet address: http://www.neupc.ac.uk

   VI.5) Date of dispatch of this notice: 01/05/2019




View any Notice Addenda

View Award Notice