Section one: Contracting authority
one.1) Name and addresses
North Western Universities Purchasing Consortium
Salford Innovation Forum, Room 210, 51 Frederick Road
Salford
M6 6FP
Contact
Shelley Watson
Telephone
+44 1612348015
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
04045190
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
one.2) Information about 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
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90719&B=NWUPC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90719&B=NWUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Sub-central contracting authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Global Mobility Services
Reference number
PFB3160 NW
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC, and SUPC for Global Mobility Services.
The Framework Agreement will be split into three lots as follows:
Lot 1 – Overseas Taxation, Payroll, Immigration and Advisory Services
Lot 2 – Employee Relocation Services
Lot 3 – Employer of Record Services
This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator performance.
The following organisations have committed to this procurement, All Lots: NWUPC, NEUPC,LUPC, SUPC, APUC, HEPCW.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any combination of Lots 1-3.
two.2) Description
two.2.1) Title
Overseas Taxation, Payroll, Immigration and Advisory Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 - Overseas Taxation, Payroll, Immigration and Advisory Services includes, but is not limited to, the following scope: the provision of advice and support to the Member Institution on its management of global employees' working or travelling arrangements in an overseas host country for the following aspects: international taxation, international payroll, and immigration services. Advisory services (comprising specialist advice on international employment law, international pensions, feasibility assessments and cost projections, business traveller and remote working, permanent establishment, employer of record model) are included on a non-mandatory basis.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator 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: No
two.2) Description
two.2.1) Title
Employee Relocation Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 – Employee Relocation Services includes, but is not limited to, the following scope: the provision of employee relocation services including advice and support to a Member Institution and its global employees. Relocation services can be provided inbound and outbound of the UK via a managed service or through an expense management service (with an option to also provide this with relocation support services). The suite of relocation services comprise advice & service coordination, settling-in, removal & storage for household goods, home search, orientation services, cultural support, school/education search and partner support services. Relocation services may also be required for Global Employees moving within the UK only (domestic relocation) and moves from one Host Country to another. Both of these are included on a non-mandatory basis.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator 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: No
two.2) Description
two.2.1) Title
Employer of Record Services
Lot No
3
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 – Employer of Record Services comprises of employer of record services where a Customer is seeking a global employment outsourcing provider to operate overseas on its behalf as a legal employer of record. The Supplier will fulfil the employer responsibilities in an overseas location on behalf of the Customer for its global employees to prevent any unintended compliance risks on workforce arrangements. The services comprise employer administration, HR support, payroll and tax compliance requirements in the Host Country.
two.2.5) Award criteria
Quality criterion - Name: Customer Requirements / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2029
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator 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: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Envisaged maximum number of participants to the framework agreement: 11
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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2025
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
25 March 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:
NWUPC https://www.nwupc.ac.uk/members/
APUC http://www.apuc-scot.ac.uk/#!/members
HEPCW https://www.hepcw.ac.uk/members/
LUPC https://www.lupc.ac.uk/member-list
NEUPC http://www.neupc.ac.uk/our-members
SUPC https://www.supc.ac.uk/about-us/our-members/our-members
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
Fire and Rescue Services in the United Kingdom
https://www.nationalfirechiefs.org.uk/fire-and-rescue-services
NHS Bodies England
https://www.england.nhs.uk/publication/nhs-provider-directory/
Hospices in the UK
https://www.hospiceuk.org/hospice-care-finder
Registered Social Landlords (Housing Associations)
https://www.gov.uk/government/publications/registered-providers-of-social-housing
Third Sector and Charities in the United Kingdom
https://www.gov.uk/government/organisations/charity-commission
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
Scottish Police
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
six.4) Procedures for review
six.4.1) Review body
NWUPC Ltd
Salford Innovation Forum, Room 210, 51 Frederick Road
Salford
M6 6FP
Country
United Kingdom