Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Jon Lisle
Telephone
+44 01134871764
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
http://neupc.delta-esourcing.com
one.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Jon LIsle
Telephone
+44 1134871764
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://neupc.ac.uk/who-are-our-members
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.neupc.delta-esourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Conservation Works and Maintenance Services
Reference number
EFM2061 NE
two.1.2) Main CPV code
- 92522000 - Preservation services of historical sites and buildings
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.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
two.2) Description
two.2.1) Title
Major Conservation Works Projects
Lot No
1
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UK - United Kingdom
- UKC - North East (England)
- UKE - Yorkshire and the Humber
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),UNITED KINGDOM,NORTH EAST (ENGLAND),YORKSHIRE AND THE HUMBER
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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.
two.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
two.2) Description
two.2.1) Title
Conservation Cyclical Maintenance and Large Scale Repairs
Lot No
2
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UK - United Kingdom
- UKC - North East (England)
- UKE - Yorkshire and the Humber
Main site or place of performance
WEST MIDLANDS (ENGLAND),EAST MIDLANDS (ENGLAND),UNITED KINGDOM,NORTH EAST (ENGLAND),YORKSHIRE AND THE HUMBER
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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.
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2025
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 March 2025
Local time
4:30pm
Place
NEUPC Ltd
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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:
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/ZBV9Z4T78T
GO Reference: GO-2025220-PRO-29506835
six.4) Procedures for review
six.4.1) Review body
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871764
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871764
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871764
Country
United Kingdom