Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Sam Wells
Telephone
+44 1133443958
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
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
Telephone
+44 1189357081
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.1) Name and addresses
North Western Universities Purchasing Consortium
Albert House, 17 Bloom Street
Manchester
M1 3HZ
Contact
Sarah Dye
Telephone
+44 1612348016
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.1) Name and addresses
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road
London
W1T 7NZ
Contact
Joyce Kadri
Telephone
+44 7884551949
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.1) Name and addresses
Higher Education Purchasing Consortia for Wales
8th Floor, 30-36 Newport Road
Cardiff
CF24 0DE
Contact
Howard Allaway
Telephone
+44 7534228761
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
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
Telephone
+44 1134871750
Country
United Kingdom
Internet address
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
Country
United Kingdom