Skip to main content.

NEUPC Ltd: UK-Leeds: Lift-maintenance services.

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: UK-Leeds: Lift-maintenance services.
Notice type: Modification Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Not applicable
Short Description:
Published: 02/10/2020 13:01

View Full Notice

UK-Leeds: Lift-maintenance services.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UK

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Lift Consultancy, Installation and Maintenence   
      Reference number: EFM2010 NE   
   
   II.1.2) Main CPV code:
      50750000 - Lift-maintenance services.
       
   II.1.3) Type of contract: SERVICES

II.2) Description

   II.2.1) Title: Lift Consultancy, Installation & Maintenence   
   Lot No: 1   

   II.2.2) Additional CPV codes:
      Not Provided    
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    A framework agreement for lift consultancy, maintenance, refurbishment and associated installation services:

Lot 1: Consultancy

Lot 2: Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stairlifts and Associated Installation Services.    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   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: Potential Call offs may involve funding from external sources including but not limited to ERDF, ESIF and Research funding council       


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2016/S 113 - 201667    

Section V: Award of contract/concession

Contract No: 1   Lot No: 1   Title: Consultancy
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 23/09/2016   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: Yes

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Abbacas Consulting, 05956850
          Strelley Hall, Strelley, Nottingham, NG8 6PE, United Kingdom
          NUTS Code: UKF14
   The contractor/concessionaire is an SME: Yes    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 2:
          Cundall LLP, OC300389
          10th Floor Manchester One, 53 Portland St, Manchester, M1 3AH, United Kingdom
          NUTS Code: UKD3
   The contractor/concessionaire is an SME: No    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 3:
          Elevate Consulting, 4347909
          The Grange, Grange Road, Stanwick, NN96PZ, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 4:
          SVM Associates, 5118389
          3 Greenfield Crescent, Edgbaston, Birmingham, B15 3BE, United Kingdom
          NUTS Code: UKG31
   The contractor/concessionaire is an SME: Yes    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 5:
          TUV-SUD, SC215164
          TUV SUD Ltd Napier Building, Scottish Enterprise Technology Enterprise Park, East Kilbride, Glasgow, G750QF, United Kingdom
          NUTS Code: UKM82
   The contractor/concessionaire is an SME: No    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 2,000,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=527983298
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
   
      V1.4.2) Body responsible for mediation procedures:
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk

      VI.4.3) Review procedure
         Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756
   
   VI.5) Date of dispatch of this notice: 02/10/2020
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      50750000 - Lift-maintenance services.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UK UNITED KINGDOM
       
   
   VII.1.4) Description of the procurement:
    A framework agreement for lift consultancy, maintenance, refurbishment and associated installation services: Lot 1: Consultancy; Lot 2: Maintenance and Refurbishment of Goods and Passenger Lifts, Lifting Platforms, Stair-lifts and Associated Installation Services    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 54             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      The modification of this framework is to extend the original duration from 48 months to 54 months. This modification is taking place following the issued PPN guidance in relation to application of Regulation 72 of the PCR2015. The extension period is required due to delays in the retendering process directly due to the Covid impact and subsequent furlough of key stakeholders.       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 18,000,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: Yes
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Abbacas Consulting, 5956850
          Strelley Hall, Strelly, Nottingham, NG8 6PE, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   VII.1.7) Name and address of the contractor/concessionaire, No. 2:
          Cundall LLP, OC 300389
          10th Floor Manchester One, 53 Portland St, Manchester, M1 3AH, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 3:
          Elevate Consulting, 4347909
          The Grange, Grange Road, Stanwick, NN96PZ, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   VII.1.7) Name and address of the contractor/concessionaire, No. 4:
          SVM Associates, 5118389
          3 Greenfield Crescent, Edgbaston, Birmingham, B15 3BE, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   VII.1.7) Name and address of the contractor/concessionaire, No. 5:
          TUV-SUD, SC215164
          TUV SUD Ltd Napier Building, Scottish Enterprise Technology Enterprise Park, East Kilbride, Glasgow, G750QF, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    The modification of this framework is to extend the original duration from 48 months to 54 months. This modification is taking place following the issued PPN guidance in relation to application of Regulation 72 of the PCR2015. The extension period is required due to delays in the retendering process directly due to the Covid impact and subsequent furlough of key stakeholders.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    A 6 month extension to the existing framework will be applied to enable the contracting authority to progress and award a replacement framework which has been delayed due to the impact of COVID19 and furlough of required technical experts.    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 18,000,000   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 18,000,000    
   Currency: GBP

View any Notice Addenda

View Award Notice