Section one: Contracting authority
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
http://neupc.delta-esourcing.com
one.2) Information about 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
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
https://www.neupc.delta-esourcing.com
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
Construction Project Management and Conservation Professional Services Framework (CPMCPS)
Reference number
EFM2056NE
two.1.2) Main CPV code
- 71315210 - Building services consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
A Framework Agreement to appoint a pool of service providers to provide a range of Project Management and Conservation Professional Services. The Project Management consultancy services shall only be available to the NE5 group of Universities in the North-East which consists of the Durham, Newcastle, Northumbria, Sunderland and Teeside Universities and their subsidiaries (some of which may be outside the North-East of England). Conservation consultancy services shall be available to all NEUPC Members throughout the UK.
two.1.5) Estimated total value
Value excluding VAT: £64,000,000
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: 4
two.2) Description
two.2.1) Title
Construction Project Management Related Services
Lot No
A
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
- 71310000 - Consultative engineering and construction services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
The Authority is seeking to appoint a pool of around six talented consultancy firms for the provision of Construction Project Management Professional Services, who will support the five North East Universities by providing consultancy in Project Management, Quantity Surveying, Planning, Sustainability, Contract Administration, etc (a full list of the main and supplementary services being sought under this Lot can be found in the tender documents). Where necessary these services will support the University in delivering the Estates capital plans.
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Any Framework Agreement concluded as a result of this exercise will be for a fixed period of two (2) years, with possible extensions of up to 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only six (6) bidders will go on to be awarded on to the final Framework Agreement.
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
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.
two.2.14) Additional information
Future call off contracts under this framework may be part funded from external streams, including European
Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
two.2) Description
two.2.1) Title
Construction Project Management Related Services
Lot No
B
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
- 45220000 - Engineering works and construction works
- 71000000 - Architectural, construction, engineering and inspection services
- 71310000 - Consultative engineering and construction services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
The Authority is seeking to appoint a pool of around five talented consultancy firms or individuals for the provision of Construction Project Management Professional Services, who will support the five North East Universities by providing consultancy in Fire Safety Engineering, Mechanical Engineering and Electrical Engineering. Where necessary these services will support the University in delivering the Estates capital plans.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Any Framework Agreement concluded as a result of this exercise will be for a fixed period of two (2) years, with possible extensions of up to 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only five (5) companies will go on to be awarded on to the final Framework Agreement.
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
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.
two.2.14) Additional information
Future call off contracts under this framework may be part funded from external streams, including European
Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
two.2) Description
two.2.1) Title
Construction Project Management Related Services
Lot No
C
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
- 71310000 - Consultative engineering and construction services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
The Authority is seeking to appoint a pool of around five talented consultancy firms or individuals for the provision of Construction Project Management Professional Services, who will support the five North East Universities by providing consultancy in Building Surveying, Principle Designers and Clerks of Works. Where necessary these services will support the University in delivering the Estates capital plans.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Any Framework Agreement concluded as a result of this exercise will be for a fixed period of two (2) years, with possible extensions of up to 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only five (5) companies will go on to be awarded on to the final Framework Agreement.
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
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.
two.2.14) Additional information
Future call off contracts under this framework may be part funded from external streams, including European
Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
two.2) Description
two.2.1) Title
Conservation Professional Services
Lot No
D
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
- 44112000 - Miscellaneous building structures
- 45212350 - Buildings of particular historical or architectural interest
- 71251000 - Architectural and building-surveying services
- 71315300 - Building surveying services
- 92522000 - Preservation services of historical sites and buildings
- 92522200 - Preservation services of historical buildings
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The Authority is seeking to appoint a pool of around four talented consultancy firms or individuals for the provision of Construction Project Management Professional Services, who will support the five North East Universities and also NEUPC's wider members throughout the UK by providing consultancy in Conservation Architecture, Heritage Consultancy and Heritage Building Surveying (a full list of the main and supplementary services being sought under this Lot can be found in the tender documents). Where necessary these services will support the University Estates and Heritage Teams in maintaining and developing their sites of historic importance.
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: £24,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Any Framework Agreement concluded as a result of this exercise will be for a fixed period of two (2) years, with possible extensions of up to 48 months, subject to satisfactory performance, making a possible maximum contract period of (6) six years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
This number represents the number of applicants who will be shortlisted and invited to the second or tender stage. It is envisaged that only four (4) companies or individuals will go on to be awarded on to the final Framework Agreement.
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
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.
two.2.14) Additional information
Future call off contracts under this framework may be part funded from external streams, including European
Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
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
Restricted 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
4 June 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 July 2024
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
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:
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/CTB377GPQC
GO Reference: GO-2024430-PRO-25911871
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