Tender

Roofing Services - including Planned Preventative Maintenance, Roof installations and replacements and Reactive Maintenance Works

  • NEUPC Ltd

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-008688

Procurement identifier (OCID): ocds-h6vhtk-061394

Published 30 January 2026, 7:05pm



Scope

Reference

EFM2055NE

Description

This invitation to tender is issued by North Eastern Universities Purchasing Consortium ("NEUPC") for the establishment of a framework agreement for the provision of a range of Roofing Services that will be available to all members of NEUPC, NWUPC and SUPC, where their buildings are situated within the serviced regions.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=989496995

Commercial tool

Establishes a framework

Total value (estimated)

  • £32,000,000 excluding VAT
  • £38,400,000 including VAT

Above the relevant threshold

Main procurement category

Works

Not the same for all lots

CPV classifications, contract locations and contract dates are shown in Lot sections, because they are not the same for all lots.


Lot 1a. Planned, Preventative Maintenance Services (North East)

Description

NORTH EAST

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £4,200,000 excluding VAT
  • £5,040,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261410 - Roof insulation work
  • 45261420 - Waterproofing work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

Contract locations

  • UKC - North East (England)

Lot 1b. Planned Preventative Maintenance Services (Yorkshire & Humber)

Description

YORKSHIRE & HUMBER

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £4,200,000 excluding VAT
  • £5,040,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with an optional 12 month extension period available subject to demand and performance, making a maximum four year arrangement possible.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261410 - Roof insulation work
  • 45261420 - Waterproofing work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

Contract locations

  • UKE - Yorkshire and the Humber

Lot 1c. Planned, Preventative Maintenance Services (East)

Description

EAST

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £4,200,000 excluding VAT
  • £5,040,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKF - East Midlands (England)
  • UKH - East of England
  • UKE1 - East Yorkshire and Northern Lincolnshire

Lot 1d. Planned, Preventative Maintenance Services (Northern Ireland)

Description

NORTHERN IRELAND

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £500,000 excluding VAT
  • £600,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKN - Northern Ireland

Lot 1e. Planned, Preventative Maintenance Services (North West)

Description

NORTH WEST

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £500,000 excluding VAT
  • £600,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKD11 - West Cumbria
  • UKD44 - Lancaster and Wyre

Lot 1f. Planned, Preventative Maintenance Services (West)

Description

WEST

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £4,200,000 excluding VAT
  • £5,040,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKD4 - Lancashire
  • UKD3 - Greater Manchester
  • UKL13 - Conwy and Denbighshire
  • UKD7 - Merseyside
  • UKD6 - Cheshire

Lot 1g. Planned, Preventative Maintenance Services (West Midlands)

Description

WEST MIDLANDS

The Planned Preventative Maintenance core services will include, but are not limited to:

•Installing roof coverings

•Repairing and maintaining roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt

•Applying roof sealer compounds and cleaning existing roofing materials

•Installing spouts, duct work, capping and drainage on roofs

•Gutter repairs, maintenance and cleaning

•Fascias and Soffit repairs, maintenance, cleaning and replacement

•Chimney repointing and repairs

•Pointing/Re-pointing

•Insulation works

•Concrete works and repairs

•Leadwork and flashing

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1.

•Condition Surveys

•Installation of new roofs or full/part replacement of existing roofs and associated works)

For New/Replacement Roofs only, bidders will be required to satisfy NEUPC's minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment.

Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request.

•Principal Contractor

A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time.

•Solar PV Panel Cleaning

•Roof glazing installation and maintenance

•Roof cleaning

•Ice/snow removal

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £4,200,000 excluding VAT
  • £5,040,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKG - West Midlands (England)

Lot 2a. Reactive Maintenance Services (North East)

Description

NORTH EAST

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £1,940,000 excluding VAT
  • £2,328,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKC - North East (England)

Lot 2b. Reactive Maintenance Services (Yorkshire & Humber)

Description

YORKSHIRE & HUMBER

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £1,940,000 excluding VAT
  • £2,328,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKE - Yorkshire and the Humber

Lot 2c. Reactive Maintenance Services (East)

Description

EAST

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £1,940,000 excluding VAT
  • £2,328,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKF - East Midlands (England)
  • UKH - East of England
  • UKE1 - East Yorkshire and Northern Lincolnshire

Lot 2d. Reactive Maintenance Services (Northern Ireland)

Description

NORTHERN IRELAND

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £150,000 excluding VAT
  • £180,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKN - Northern Ireland

Lot 2e. Reactive Maintenance Services (North West)

Description

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £150,000 excluding VAT
  • £180,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKD11 - West Cumbria
  • UKD44 - Lancaster and Wyre

Lot 2f. Reactive Maintenance Services (West)

Description

WEST

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £1,940,000 excluding VAT
  • £2,328,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKD4 - Lancashire
  • UKD3 - Greater Manchester
  • UKL13 - Conwy and Denbighshire
  • UKD7 - Merseyside
  • UKD6 - Cheshire

Lot 2g. Reactive Maintenance Services (West Midlands)

Description

WEST MIDLANDS

Responsive Repair Services will include reactive/emergency services such as, but not limited to:

•Repairing roof coverings

- these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market.

•Treating roofs with spray paint, industrial coating and asphalt to make good/safe

•Applying roof sealer compounds and cleaning existing roofing materials to make good/safe

•Gutter cleaning or repair to return to full function and/or make good/safe

•Fascias and Soffit replacement or repair to return to full function and/or make good/safe

•Chimney repointing and repairs to make good/safe

•Pointing to make good/safe

•Concrete repairs to make good/safe

•Insulation works to make good/safe

•Leadwork and flashing to make good/safe

•Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc.

Non-mandatory (Supplementary) Services

Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2.

•Solar PV Panel Cleaning

•Roof glazing repairs to make good/safe

•Emergency Roof cleaning to make safe

•Emergency Ice/snow removal to make safe

Solar PV panel installation and maintenance is out of scope.

Lot value (estimated)

  • £1,940,000 excluding VAT
  • £2,328,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2029
  • Possible extension to 3 May 2030
  • 4 years

Description of possible extension:

The framework will be awarded for a fixed period of three years with a possible 12 month extension available subject to demand and performance, making a maximum four year arrangement.

CPV classifications

  • 44112400 - Roof
  • 44112500 - Roofing materials
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work

Contract locations

  • UKG - West Midlands (England)

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Further information about fees

The Framework Levy will be set at 1% of all the framework spend.

Framework operation description

Framework call offs will be via either direct award, mini competition or direct award via business case. The selection stage and invitation to tender will include full details of the evaluation criteria which will determine the most advantageous tenders based on weighted quality and price elements. The Invitation to tender will include full details of the evaluation structure and process.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

NEUPC - North Eastern Universities Purchasing Consortium

NWUPC - North Western Universities Purchasing Consortium

SUPC - Southern Universities Procurement Consortium

Contracting authority location restrictions

  • UK - United Kingdom

Participation

Particular suitability

Lot 1a. Planned, Preventative Maintenance Services (North East)

Lot 1b. Planned Preventative Maintenance Services (Yorkshire & Humber)

Lot 1c. Planned, Preventative Maintenance Services (East)

Lot 1d. Planned, Preventative Maintenance Services (Northern Ireland)

Lot 1e. Planned, Preventative Maintenance Services (North West)

Lot 1f. Planned, Preventative Maintenance Services (West)

Lot 1g. Planned, Preventative Maintenance Services (West Midlands)

Lot 2a. Reactive Maintenance Services (North East)

Lot 2b. Reactive Maintenance Services (Yorkshire & Humber)

Lot 2c. Reactive Maintenance Services (East)

Lot 2d. Reactive Maintenance Services (Northern Ireland)

Lot 2e. Reactive Maintenance Services (North West)

Lot 2f. Reactive Maintenance Services (West)

Lot 2g. Reactive Maintenance Services (West Midlands)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

20 February 2026, 12:00pm

Tender submission deadline

2 March 2026, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

10 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Criterion 1 Quality 60%
Criterion 2 Price 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

NEUPC Ltd

  • Public Procurement Organisation Number: PVTM-8818-LTHQ

Phoenix House, 3 South Parade

Leeds

LS1 5QX

United Kingdom

Contact name: Jon Lisle

Telephone: +44 1134871764

Email: j.lisle@neupc.ac.uk

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government