Opportunity

Roofing Services

  • NEUPC Ltd
  • NWUPC

F02: Contract notice

Notice reference: 2021/S 000-027956

Published 8 November 2021, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

a.hughes@neupc.ac.uk

Telephone

+44 1134871756

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://neupc.delta-esourcing.com/

Buyer's address

https://www.neupc.ac.uk/who-are-our-members

one.1) Name and addresses

NWUPC

Albert House, 17 Bloom Street

Manchester

M1 3HZ

Email

n.peacock@nwupc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwupc.ac.uk/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

https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works.-*Duplicated*/232DK56MVY

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

Roofing Services

Reference number

EFM2039 NE

two.1.2) Main CPV code

  • 45260000 - Roof works and other special trade construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:

Reactive Maintenance

Planned Maintenance

Project / Re-roofing works

For clarity it is the intension to award the 4 top ranked suppliers to each regional area for each specialism eg Lot 1 North East will have 4 suppliers awarded, Lot 1 East will also 4 suppliers awarded.

Suppliers may bid on all unlimited number of regions across both lots. Award to one region does not guarantee award to any other regions bid on

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Roofing Services (New installations and Specialist Systems)

Lot No

1

two.2.2) Additional CPV code(s)

  • 31518300 - Rooflights
  • 44112400 - Roof
  • 44112410 - Roof frames
  • 44112420 - Roof supports
  • 44112430 - Roof trusses
  • 44112500 - Roofing materials
  • 44232000 - Timber roof trusses
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal 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

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

In addition to the over all specification of requirements stated above awarded bidders to Lot 1 are required to provide Installation and Maintenance for Specialist systems as evaluated as part of the ITT question set.

Project Works

It is envisaged that projects to be undertaken by the Contractors under this agreement shall be awarded in one of three ways:

•Direct award against the schedule of rates and agreed project discount structure.

•Re-opening competition for their region’s Framework Contractors (mini-tender)

The institutions shall provide specifications and an indication of programme for the works with the expectation that the Contractor shall not unreasonably refuse to supply a quotation for the works.

It is envisaged that this manner of call off shall be used in particular for those larger projects over £250,000 net Vat GBP, or where the specification or design of the project requires a degree of contractor input.

The tender documentation details a discount structure on the schedule of rates for those instances where the institutions making the call off decide to appoint a contractor directly without further competition. This shall be applied to the NET VAT Project value of the commission made by the Institution to the contractor.

The institutions will commonly utilise an electronic tendering system to facilitate mini-tenders and the Contractor should commit to registering on said systems.

The method of selecting the contractor following mini tender will be based upon the Framework Agreement award criteria, but maybe adjusted by a reasonable proportion in terms of weighting to better reflect the institution’s requirements.

Projects may be conducted against either NEC3 or JCT forms of contract.

It is expected that the Institutions own preferred contracts may form the basis of any call off or appointment as opposed to the Contractor’s.

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY

Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32

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: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be for an initial period of 36 months with an optional extension of 12 months subject to performance

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

Individual call offs may be related to external funding sources including but not limited to ERDF, ESIF or Research Council funding. Further detail will be included in call off documents

two.2.14) Additional information

This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015

two.2) Description

two.2.1) Title

Roofing Services (Preventative Maintenance and Repairs)

Lot No

2

two.2.2) Additional CPV code(s)

  • 44112400 - Roof
  • 44112410 - Roof frames
  • 44112420 - Roof supports
  • 44112430 - Roof trusses
  • 44112500 - Roofing materials
  • 44232000 - Timber roof trusses
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 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

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

Contractors will be required to provide a broad scope of roofing repairs, maintenance and roof replacement works. A non-exhaustive list of the work types this contract may cover include:

Reactive Maintenance

Planned Maintenance

To include the following types of roofing (not exhaustive):

•Flat

•Pitched

•Sloping

•Architectural

And the following types of materials (indicative):

•Thermoset membrane (e.g. rubber)

•Thermoplastic (e.g. pvc/vinyl)

•Asphalt Roll

•Bituminous covering

•Fibre glass

•Metal (e.g. galvanised steel/copper sheet)

•Structural Concrete

•Glass

•Slate/tile

•Wood and timber

Expressions of Interest Lot 1 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./232DK56MVY

Lot 2 https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Roof-works-and-other-special-trade-construction-works./5T6H6HKC32

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: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will be awarded for an initial period of 36 months but is subject to an additional 12 month extension based upon performance

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

Individual call off projects may involve funding from external sources including but not limited to ERDF, ESIF or Research Council Funding. Further detail will be included at call off

two.2.14) Additional information

This agreement will be open to universities and partners regardless of whether or not they are defined as contracting authorities for the purpose of the PCR 2015


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-024426

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 November 2021

Local time

2:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 November 2021

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=641789883

GO Reference: GO-2021118-PRO-19198272

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

a.hughes@neupc.ac.uk

Telephone

+44 1134871756

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

a.hughes@neupc.ac.uk

Telephone

+44 1134871756

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Telephone

+44 1134871756

Country

United Kingdom