Skip to main content.

NEUPC Ltd: Lift Installation Maintenance and Consultancy

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Lift Installation Maintenance and Consultancy
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Works
Procedure: Open
Short Description: North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework agreements designed to maximise third party expenditure within the higher education sector. NEUPC wishes to award a framework agreement to service the requirements of the UK Consortia Higher Education Institutions and Associate & Affiliate members for the Maintenance & Full Installation of Lifts, along with Consultancy services associated with Lifts. Lots 1 A to F for Lift Maintenance and Servicing are geographically split . Full details of the regions are available in the Invitation to Tender. There is no restriction on the number of lots a Bidder can submit a tender for. Both Lot 2 Lift Installation and Modernisation, and Lot 3 Lift Consultancy are National Lots with the coverage detailed in the ITT.
Published: 20/02/2025 16:25
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: Lift and escalator installation work.
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd
             Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 7775031245, Email: a.hughes@neupc.ac.uk
             Contact: Andy Hughes
             Main Address: https://neupc.ac.uk.ac.uk, Address of the buyer profile: https://www.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:-Lift-and-escalator-installation-work./HGT53Y736H
      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: Lift Installation Maintenance and Consultancy       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45313000 - Lift and escalator installation work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework
agreements designed to maximise third party expenditure within the higher education sector. NEUPC wishes to award a framework agreement to service the requirements of the UK Consortia Higher Education Institutions and Associate & Affiliate members for the Maintenance & Full Installation of Lifts, along with Consultancy services associated with Lifts. Lots 1 A to F for Lift Maintenance and Servicing are geographically split . Full details of the regions are available in the Invitation to Tender. There is no restriction on the number of lots a Bidder can submit a tender for. Both Lot 2 Lift Installation and Modernisation, and Lot 3 Lift Consultancy are National Lots with the coverage detailed in the ITT.       
      II.1.5) Estimated total value:
      Value excluding VAT: 34,000,000       
      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: Not provided
      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: Lift Maintenance and Servicing - North East and Yorkshire       
      Lot No: 1A       
      II.2.2) Additional CPV codes:
      50750000 - Lift-maintenance services.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      42419000 - Parts of lifting and handling equipment.
      42419500 - Parts of lift, skip hoists or escalators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: For the North East and Yorkshire region: Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Qulaity / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
      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: 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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/BVP5KV6GR3       
II.2) Description Lot No. 2
      
      II.2.1) Title: North West and Northern Ireland       
      Lot No: 1B       
      II.2.2) Additional CPV codes:
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      50750000 - Lift-maintenance services.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      42419000 - Parts of lifting and handling equipment.
      42419500 - Parts of lift, skip hoists or escalators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: North West and Northern Ireland - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
      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: This framework may be used by the institutions to make appointments for schemes thatare fully or part-funded by European Union funds or Programme             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: East of England       
      Lot No: 1C       
      II.2.2) Additional CPV codes:
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      42419000 - Parts of lifting and handling equipment.
      42419500 - Parts of lift, skip hoists or escalators.
      50750000 - Lift-maintenance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: East of England - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Qualtiy / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months.
Initial term is 36 months prior to extension option(s).
      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: 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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: 1D       
      Lot No: South West       
      II.2.2) Additional CPV codes:
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42419000 - Parts of lifting and handling equipment.
      50750000 - Lift-maintenance services.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      42419500 - Parts of lift, skip hoists or escalators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: South West - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Qualtiy / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
      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: 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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: 1E       
      Lot No: South East & London       
      II.2.2) Additional CPV codes:
      42416100 - Lifts.
      42419000 - Parts of lifting and handling equipment.
      50750000 - Lift-maintenance services.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      42419500 - Parts of lift, skip hoists or escalators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: South East & London - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
      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: 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: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: 1F       
      Lot No: Wales       
      II.2.2) Additional CPV codes:
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      42419000 - Parts of lifting and handling equipment.
      50750000 - Lift-maintenance services.
      42419500 - Parts of lift, skip hoists or escalators.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Wales - Maintenance, service, alterations and inspection requirements for all passenger, goods, platform, and stair lifts as required. To also include but not limited to: faults call outs, emergency release of trapped persons, rectification of defects found by third-party consultant
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
      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: 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: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lift Installation and Modernisation Services (National)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      42416100 - Lifts.
      42416120 - Goods lifts.
      42416130 - Mechanical lifts.
      45313000 - Lift and escalator installation work.
      45313100 - Lift installation work.
      51511000 - Installation services of lifting and handling equipment, except lifts and escalators.
      51511100 - Installation services of lifting equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lift Installation and Modernisation works for UKUPC members
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 12,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s).
      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: 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: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lift Consultancy Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71312000 - Structural engineering consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71530000 - Construction consultancy services.
      72224000 - Project management consultancy services.
      79415200 - Design consultancy services.
      79417000 - Safety consultancy services.
      42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lift consultancy services including site surveys, design, specification, preparation of tender documents, technical and financial tender evaluation; project management (where required), progress meetings, progress inspections of site works, witness testing; checking project handover information for various new lift installations and modernisation of existing lifts.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 50
                        
            Cost criterion - Name: Price / Weighting: 50
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Contract for 12 months. The Maximum Contract length is 48 months. Initial term is 36 months prior to extension option(s)
      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: 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: Not provided       


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:          
      NEUPC reserves the right to request a parent company guarantee of performance and financial liability    
      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.2.2) 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: 32           
         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: 24/03/2025 Time: 14:00
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 24/03/2025
         Time: 16:00
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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 Member Institutions whether or not they are classed as Contracting Authorities under the Public Contract Regulations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Lift-and-escalator-installation-work./HGT53Y736H

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/HGT53Y736H
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC Ltd
       NEUPC, Will Mendrek, LS1 5QX, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   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
       APUC (Advanced Procurement for Universities & Colleges)
       APUC Limited,, Unit 27, Stirling Business Centre, Stirling, FK8 2DZ, United Kingdom
       Email: enquiries@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       NWUPC (North West Universities Purchasing Consortium)
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: procurement@nwupc.ac.uk
       Main Address: https://www.nwupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       SUPC (Southern Universities Purchasing Consortium)
       Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       LUPC (London Universities Purchasing Consortium)
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: http://www.lupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       HEPCW (Higher Education Purchasing Consortium Wales)
       8th Floor 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: hepcw@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/
       NUTS Code: UK

View any Notice Addenda

View Award Notice