Loading page content…
Loading page content…
| Source: | Find a Tender Service (FTS) |
| Buyer: | NEUPC Ltd |
| Main Category: | Works |
| Procurement Method: | — |
| Tender Status: | Complete |
| Estimated Value (ex. VAT): | £32,000,000 |
| Estimated Value (inc. VAT): | £38,400,000 |
| Release Date: | 8 December 2025 |
| Application Deadline: | 16 December 2025 |
| Contract Start Date: | 3 May 2026 (Estimated) |
| Contract End Date: | 3 May 2029 (Estimated) |
| Contract Duration: | 3.1 years |
| Procurement ID (OCID): | ocds-h6vhtk-05f113 |
| Notice Reference: | 080755-2025 |
View Original Notice
Access the full notice on the official portal
This invitation to tender is issued by North Eastern Universities Purchasing Consortium ("NEUPC") for the establishment of a framework agreement for the provision of a range of Roofing Services that will be available to all members of NEUPC, NWUPC and SUPC, where their buildings are situated within the serviced regions. Lot 1 - Planned Preventive Maintenance Works PPM core services will include, but are not limited to: •Installing roof coverings •Repairing and maintaining roof coverings – these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market. •Treating roofs with spray paint, industrial coating and asphalt •Applying roof sealer compounds and cleaning existing roofing materials •Installing spouts, duct work, capping and drainage on roofs •Gutter repairs, maintenance and cleaning •Fascias and Soffit repairs, maintenance, cleaning and replacement •Chimney repointing and repairs •Pointing/Re-pointing •Insulation Works •Concrete repairs •Leadwork and flashing •Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc. Non-mandatory (Supplementary) Services Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 1. •Condition Surveys •Installation of new roofs or full/part replacement of existing roofs and associated works) For New/Replacement Roofs only, bidders will be required to satisfy NEUPC’s minimum requirements by submitting case study evidence. This evidence will be reviewed by NEUPC but will not be subject to a scored assessment. Any Lot 1 PPM successful supplier that satisfies the minimum requirements will be approved by NEUPC to offer clients these services, however it will be at the discretion of the client whether to approach the supplier for these services based on their own assessment of the minimum evidence submitted and any other minimum requirements they may request. •Principal Contractor A principal roofing contractor will oversee and manage the construction phase of a project, coordinating all roofing work and ensuring CDM regulations and health and safety standards are met. They are responsible for planning, managing, and coordinating the project, and they appoint and oversee subcontractors to complete various parts of the work. There is typically only one principal contractor for a project at any given time. •Solar PV Panel Cleaning •Roof glazing installation and maintenance •Roof cleaning •Ice/snow removal Solar PV panel installation and maintenance is out of scope. Lot 2 - Reactive Repair and Maintenance Services: There will be a particular focus on the awarded Suppliers ability to achieve a reactive emergency call out response time of 2 hours for members within the geographical region(s) that are bid for. Responsive Repair Services will include reactive/emergency services such as, but not limited to: •Repairing roof coverings – these can consist of materials such as slate and clay tiles, felt and mastic asphalt, thermoset membrane, thermoplastic, fibreglass, bitumen, metallic and synthetic sheet and any other (new/sustainable) certified materials available in the market. •Treating roofs with spray paint, industrial coating and asphalt to make good/safe •Applying roof sealer compounds and cleaning existing roofing materials to make good/safe •Gutter cleaning or repair to return to full function and/or make good/safe •Fascias and Soffit replacement or repair to return to full function and/or make good/safe •Chimney repointing and repairs to make good/safe •Pointing/Re-pointing to make good/safe •Concrete repairs to make good/safe •Insulation works to make good/safe •Leadwork and flashing to make good/safe •Principal Contractor for any subcontracted services such as scaffolding, MEWPs, etc. Non-mandatory (Supplementary) Services Bidders will be allowed to offer some or all of the following non-mandatory services to clients by declaring in their submission they are willing, able and resourced to do so within the region(s) they are bidding for without omission. Failure to offer these non-mandatory services will not prejudice their ability to be successful for Lot 2. •Solar PV Panel Cleaning •Roof glazing repairs to make good/safe •Emergency Roof cleaning to make safe •Emergency Ice/snow removal to make safe Solar PV panel installation and maintenance is out of scope. NEUPC has duly considered the use of Lots in this framework and has provided the details of the proposed Lots below. The Lots and the procurement process is considered suitable for Small to Medium Enterprises (SMEs) and Voluntary, community and social enterprises (VCSEs) to bid for. The coverage of each Lot will be broken down into the following serviced regions, with suppliers able to bid for some or all regions providing that all areas within the region can be comprehensively serviced. North-East North West Yorkshire & Humber East Midlands West Midlands Northern Ireland These regions will be broken down in greater detail in the tender documents and be clarified during the Preliminary Market Engagement Session. The intention is to appoint a maximum of 4 Suppliers per Lot, per Region. The opportunity will be published on the NEUPC Procurement Portal (Portal) . To ensure you can easily access the tender documents, we recommend creating an account on the Portal beforehand. You can create an account at: https://neupc.delta-esourcing.com/ Tender documentation is estimated to be published mid-January 2026 and no documentation will be available before the publication date. Suppliers are advised to register and complete the relevant stages on the Central Digital Platform (CDP) if they wish to participate in and bid for this framework. How to register on the CDP can be found at: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html Suppliers should be aware that registration(s) could be a prolonged process. Tender submission deadlines cannot be extended to allow for late supplier registrations to the Portal or CDP. IMPORTANT - Every effort has been made to ensure the accuracy of the information in this notice and is based on the latest information available at this time. However, all information provided in this notice may be subject to change prior to publishing the Tender Notice. Any change(s) will be clearly identified in the Tender Notice To view this notice, please click here: https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=999760300
Published contracts in the last 12 months
26
total contracts
£1572.7m
total value
£78,633,333
average contract size
Typical categories
Pipeline status
Not addedContract imported automatically · AI writes the response
Application Deadline
16 December 2025
Closed
Estimated Value
£32,000,000
Need help writing this bid?
Our specialists write winning tender responses. Free consultation, no obligation.
Book a free consultation →