Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
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
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
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
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
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
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
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