Skip to main content.

NEUPC Ltd: Conservation Works and Maintenance Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Conservation Works and Maintenance Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Open
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.
Published: 20/02/2025 15:55
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

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

View any Notice Addenda

View Award Notice