Tender

Construction Project Management and Conservation Professional Services Framework (CPMCPS)

  • NEUPC Ltd

F02: Contract notice

Notice identifier: 2024/S 000-013965

Procurement identifier (OCID): ocds-h6vhtk-04564b

Published 30 April 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Jon LIsle

Email

j.lisle@neupc.ac.uk

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

https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Building-services-consultancy-services./CTB377GPQC

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:

https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Building-services-consultancy-services./CTB377GPQC

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

Email

admin@neupc.ac.uk

Telephone

+44 1134871764

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

admin@neupc.ac.uk

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

Email

admin@neupc.ac.uk

Telephone

+44 1134871764

Country

United Kingdom