Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Construction Project Management and Conservation Professional Services Framework (CPMCPS)

  • First published: 01 May 2024
  • Last modified: 01 May 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04564b
Published by:
NEUPC Ltd
Authority ID:
AA20467
Publication date:
01 May 2024
Deadline date:
04 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Contact person: Jon LIsle

Telephone: +44 1134871764

E-mail: j.lisle@neupc.ac.uk

NUTS: UK

Internet address(es)

Main address: http://neupc.delta-esourcing.com

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned 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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Construction Project Management and Conservation Professional Services Framework (CPMCPS)

Reference number: EFM2056NE

II.1.2) Main CPV code

71315210

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 64 000 000.00  GBP

II.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

II.2) Description

Lot No: A

II.2.1) Title

Construction Project Management Related Services

II.2.2) Additional CPV code(s)

71500000

71310000

II.2.3) Place of performance

NUTS code:

UKC


Main site or place of performance:

NORTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.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).

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.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.

Lot No: B

II.2.1) Title

Construction Project Management Related Services

II.2.2) Additional CPV code(s)

71500000

45220000

71000000

71310000

II.2.3) Place of performance

NUTS code:

UKC


Main site or place of performance:

NORTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.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).

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.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.

Lot No: C

II.2.1) Title

Construction Project Management Related Services

II.2.2) Additional CPV code(s)

71500000

71310000

II.2.3) Place of performance

NUTS code:

UKC


Main site or place of performance:

NORTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.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).

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.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.

Lot No: D

II.2.1) Title

Conservation Professional Services

II.2.2) Additional CPV code(s)

71500000

44112000

45212350

71251000

71315300

92522000

92522200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  GBP

II.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).

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 04/06/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/07/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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

VI.4) Procedures for review

VI.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Telephone: +44 1134871764

E-mail: admin@neupc.ac.uk

VI.4.2) Body responsible for mediation procedures

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Telephone: +44 1134871764

E-mail: admin@neupc.ac.uk

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

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Telephone: +44 1134871764

E-mail: admin@neupc.ac.uk

VI.5) Date of dispatch of this notice

30/04/2024

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
45212350 Buildings of particular historical or architectural interest Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
71500000 Construction-related services Architectural, construction, engineering and inspection services
71310000 Consultative engineering and construction services Engineering services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
44112000 Miscellaneous building structures Construction materials
92522200 Preservation services of historical buildings Preservation services of historical sites and buildings
92522000 Preservation services of historical sites and buildings Museum services and preservation services of historical sites and buildings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
j.lisle@neupc.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.