Awarded contract

Removal and Relocation Services

  • NEUPC Ltd
  • Southern Universities Purchasing Consortium
  • North Western Universities Purchasing Consortium
  • London Universities Purchasing Consortium
  • Higher Education Purchasing Consortia for Wales

F03: Contract award notice

Notice reference: 2021/S 000-005404

Published 17 March 2021, 12:32pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Sam Wells

Email

s.wells@neupc.ac.uk

Telephone

+44 1133443958

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.neupc.ac.uk/

Buyer's address

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

one.1) Name and addresses

Southern Universities Purchasing Consortium

Reading Enterprise Centre, University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

Contact

Taron Smith

Email

t.a.smith@reading.ac.uk

Telephone

+44 1189357081

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.supc.ac.uk/

one.1) Name and addresses

North Western Universities Purchasing Consortium

Albert House, 17 Bloom Street

Manchester

M1 3HZ

Contact

Sarah Dye

Email

Sarah.Dye@nwupc.ac.uk

Telephone

+44 1612348016

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

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

one.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

Contact

Joyce Kadri

Email

J.Kadri@lupc.ac.uk

Telephone

+44 7884551949

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.lupc.ac.uk

one.1) Name and addresses

Higher Education Purchasing Consortia for Wales

8th Floor, 30-36 Newport Road

Cardiff

CF24 0DE

Contact

Howard Allaway

Email

h.allaway@wales.ac.uk

Telephone

+44 7534228761

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://www.hepcw.ac.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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

Removal and Relocation Services

Reference number

FFE2007 NE

two.1.2) Main CPV code

  • 98392000 - Relocation services

two.1.3) Type of contract

Services

two.1.4) Short description

The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Removals and Relocations. The scope of this framework will cover commercial removals and relocations, plus additional specialisms such as removals and relocations of arts & artefacts and laboratory equipment, crate hire/purchase, storage, and international transit.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £20,000,000

two.2) Description

two.2.1) Title

Small Contracts – Regional

Lot No

1

two.2.2) Additional CPV code(s)

  • 98392000 - Relocation services

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 North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Removals and Relocations. The scope of this framework will cover commercial removals and relocations, plus additional specialisms such as removals and relocations of arts & artefacts and laboratory equipment, crate hire/purchase, storage, and international transit. Bidders will be able to select which specialisms they are able to cover on this framework.

Lot 1 is specifically for small projects, Members will define project size by using the following criteria:

i.Calculation Test – a contract value of less than £100k

ii.Complexity Test – large contracts require significant project management etc, whereas smaller contracts are

considered less complex

iii.Capability Test – preliminary market consultation across relevant lot(s)

iv.If, despite endeavours, it remains unclear which is the appropriate definition, the Member may choose to offer their

contract opportunity to both size lots (ie, their chosen Region in Lot 1 and to national Suppliers in Lot 2)

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’. It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Account Management / Weighting: 10

Price - Weighting: 60

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: No

two.2.14) Additional information

NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.

two.2) Description

two.2.1) Title

Large Projects – National

Lot No

2

two.2.2) Additional CPV code(s)

  • 98392000 - Relocation services

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 North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Removals and Relocations. The scope of this framework will cover commercial removals and relocations, plus additional specialisms such as removals and relocations of arts & artefacts and laboratory equipment, crate hire/purchase, storage, and international transit. Bidders will be able to select which specialisms they are able to cover on this framework.

Lot 2 is specifically for largeprojects, Members will define project size by using the following criteria:

i.Calculation Test – a contract value of more than £100k

ii.Complexity Test – large contracts require significant project management etc, whereas smaller contracts are considered less complex

iii.Capability Test – preliminary market consultation across relevant lot(s)

iv.If, despite endeavours, it remains unclear which is the appropriate definition, the Member may choose to offer their contract opportunity to both size lots (ie, their chosen Region in Lot 1 and to national Suppliers in Lot 2)

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’. It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 35

Quality criterion - Name: Sustainability / Weighting: 15

Quality criterion - Name: Account Management / Weighting: 10

Price - Weighting: 40

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: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2020/S 243-603227

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Lot No

1

Title

Small Contracts – Regional

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2021

five.2.2) Information about tenders

Number of tenders received: 21

Number of tenders received from SMEs: 19

Number of tenders received from tenderers from other EU Member States: 21

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 21

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

RightGreen Recycle Ltd

Unit 29-30 Royds Enterprise Park, Future Fields

Bradford

BD6 3EW

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

09463681

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Delivery Services & Storage Ltd

Suite 1 Fountain Centre, Fountain Street

Belfast

BT1 6ET

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

NI617297

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Crown Workspace Ltd

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

03250579

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Specialised Movers Ltd

Caxton House, 316 Petre Street

Sheffield

S4 8LU

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

06657750

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Johnsons 1871 Ltd

7 Brunel Court, Rudheath Way, Gadbrook Park

Northwich

CW9 7LP

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

02372641

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

John Bradshaw & Son T/A BCL

Centrepoint, Marshall Stevens Way, Trafford Park

Manchester

M17 1PP

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

00719614

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Harrow Green Limited

2 Oriental Road

London

E16 2BZ

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

01742531

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £10,000,000


Section five. Award of contract

Lot No

2

Title

Large Projects - National

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 February 2021

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 14

Number of tenders received from tenderers from other EU Member States: 16

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

RightGreen Recycle Ltd

Unit 29-30 Royds Enterprise Park, Future Fields

Bradford

BD6 3EW

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

09463681

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Crown Workspace Ltd

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

03250579

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Johnsons 1871 Ltd

7 Brunel Court, Rudheath Way, Gadbrook Park

Northwich

CW9 7LP

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

02372641

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Harrow Green Limited

2 Oriental Road

London

E16 2BZ

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

01742531

The contractor is an SME

No

five.2.3) Name and address of the contractor

Specialised Movers Ltd

Caxton House, 316 Petre Street

Sheffield

S4 8LU

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

06657750

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £10,000,000


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=578861610

GO Reference: GO-2021317-PRO-17945089

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

s.wells@neupc.ac.uk

Telephone

+44 1134871750

Country

United Kingdom

Internet address

www.neupc.ac.uk

six.4.2) Body responsible for mediation procedures

Centre For Effective Dispute Resolution Limited

International Dispute Resolution Centre, 70 Fleet Street

London

EC4Y 1EU

Telephone

+44 2075366000

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

Email

s.wells@neupc.ac.uk

Country

United Kingdom