Contract

Couriers Services

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

F03: Contract award notice

Notice identifier: 2024/S 000-012926

Procurement identifier (OCID): ocds-h6vhtk-040779

Published 22 April 2024, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Will Mendrek

Email

w.mendrek@neupc.ac.uk

Telephone

+44 7881715114

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

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

one.1) Name and addresses

London Universities Purchasing Consortium Ltd

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

Email

enquiries@lupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://www.lupc.ac.uk/members/our-members/

one.1) Name and addresses

Higher Education Purchasing Consortium Wales

8th Floor, 30-36 Newport Road

Cardiff

CF24 0DE

Email

hepcw@wales.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.hepcw.ac.uk

Buyer's address

https://www.hepcw.ac.uk/members

one.1) Name and addresses

North Western Universities Purchasing Consortium Ltd

Room 404, 4th Floor, Crescent Hhouse, University of Salord

Manchester

M5 4WT

Email

enquiries@nwupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwupc.ac.uk

Buyer's address

https://www.nwupc.ac.uk/our-members

one.1) Name and addresses

Southern Universities Purchasing Consortium

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

Reading

RG6 6BU

Email

supc@reading.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://www.supc.ac.uk/our-members/

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

Couriers Services

Reference number

PMR2005 NE

two.1.2) Main CPV code

  • 64100000 - Post and courier services

two.1.3) Type of contract

Services

two.1.4) Short description

The North Eastern Universities Purchasing Consortia (NEUPC) is acting as the lead party in the re-tender to create this Framework for Couriers Services for the Higher Education Sector. The HE Sector requires a secure end to end couriers service for 3 specific specialisms: Lot 1 UK/Domestic Courier Services Lot 2 International Courier & Mail Services Lot 3 Specialist Courier Services A separate tender return must be submitted for each Lot bid for. All agreements resulting from this are available to and apply to: (i)all current Participating Consortia and Members who are "contracting authorities" (as defined in The Public Contracts Regulations 2015). (ii)all current Participating Consortia and Members who currently, and may in the future, fall outside of the legal definition of "bodies governed by public law" for the purposes of The Public Contracts Regulations 2015.

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: £14,000,000

two.2) Description

two.2.1) Title

UK/Domestic Courier Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 64120000 - Courier 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

Coverage of all UK areas either through direct routes or sub-contracting of some routes to enable a secure parcel delivery service for non-hazardous goods up to the weight of 30kg within the UK

two.2.5) Award criteria

Quality criterion - Name: Responsible Procurement / Weighting: 8

Quality criterion - Name: Added Value / Weighting: 2

Quality criterion - Name: Service Provision / Weighting: 25

Quality criterion - Name: Contract and Framework Management / Weighting: 5

Cost criterion - Name: 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: Yes

Identification of the project

Identification of the project: Call offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants

two.2.14) Additional information

The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015

two.2) Description

two.2.1) Title

International Courier & Mail Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 64100000 - Post and courier 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

Coverage of all areas outside the UK either through direct routes or sub-contracting of some routes to enable: i. A secure parcel delivery service for non-hazardous goods up to the weight of 30kg. ii. A global mail delivery service including: •Collection from any member institution for outbound delivery to any destination outside of the UK (allowing for prohibited lists). •Inbound services iii. In addition to the general requirements the awarded Suppliers will be required to provide professional advice where required, including but not limited to: •Import and Export Duty •Import and Export Regulations on restricted or embargoed locations •Restrictions on types of goods that may be imported/exported •HMRC Regulation and regulation at point of delivery.

two.2.5) Award criteria

Quality criterion - Name: Responsible Procurement / Weighting: 8

Quality criterion - Name: Added Value / Weighting: 2

Quality criterion - Name: Service Provision / Weighting: 25

Quality criterion - Name: Contract and Framework Management / Weighting: 5

Cost criterion - Name: 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: Yes

Identification of the project

Call offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.

two.2.14) Additional information

The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015

two.2) Description

two.2.1) Title

Specialist Courier Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 63521000 - Freight transport agency services
  • 64120000 - Courier services
  • 64121000 - Multi-modal courier 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

Services offered that are not covered within Lot 1 and Lot 2, e.g. Including but not limited to any one or more than one of: •Dangerous Goods eg Including but not limited to any one or more than one of: ClassType of material 2.1 Flammable gas (for example butane) 2.2 Non-flammable and non-toxic gases which could cause asphyxiation (for example nitrogen, helium, carbon dioxide) or oxidisers (for example oxygen) 2.3 Toxic gases (for example chlorine, phosgene) 3 Flammable liquids (for example lighter fluid, petrol) 4.1 Flammable solids, self-reactive substances and solid desensitised explosives 4.2 Substances liable to spontaneous combustion 4.3 Substances which, in contact with water, emit flammable gases 5.1 Oxidising substances 5.2 Organic peroxides 6.1 Toxic substances 6.2 Infectious substances 7 Radioactive material 8 Corrosive substances 9 Miscellaneous dangerous substances and articles •Exhibition Freight - mainly related to International Student Recruitment fairs arranged by organisations such as the British Council. •Other Freight – Transport of large/heavier than 30kg items requiring specialist packaging •Same Day Delivery (subject to restrictions such as distance/range and collection times)

two.2.5) Award criteria

Quality criterion - Name: Responsible Procurement / Weighting: 8

Quality criterion - Name: Added Value / Weighting: 2

Quality criterion - Name: Service Provision / Weighting: 25

Quality criterion - Name: Contract and Framework Management / Weighting: 5

Cost criterion - Name: 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: Yes

Identification of the project

Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.

two.2.14) Additional information

The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015


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

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: 2023/S 000-029115

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

Contract No

1

Lot No

1

Title

UK/Domestic Courier Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2024

five.2.2) Information about tenders

Number of tenders received: 8

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

five.2.3) Name and address of the contractor

Royal Mail Group Limited

185 Farringdon Road

London

EC1A 1AA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04138203

The contractor is an SME

No

five.2.3) Name and address of the contractor

DPD Group UK LTD

Roebuck Lane

Smethwick

B66 1BY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00732993

The contractor is an SME

No

five.2.3) Name and address of the contractor

DHL International

Southern Hub, Unit 1, Horton Road

Colnbrook

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01184988

The contractor is an SME

No

five.2.3) Name and address of the contractor

Outspoken Logistics

International House, 126 Colmore Row

Birmingham

B3 3AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09493049

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £6,000,000

Total value of the contract/lot: £6,000,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

International Courier & Mail Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2024

five.2.2) Information about tenders

Number of tenders received: 6

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

five.2.3) Name and address of the contractor

DHL International

Southern Hub, Unit 1, Horton Road

Colnbrook

SL3 0BB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01184988

The contractor is an SME

No

five.2.3) Name and address of the contractor

DPD Group

Roebuck Lane

Smethwick

B66 1BY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00732993

The contractor is an SME

No

five.2.3) Name and address of the contractor

Royal Mail Group

185 Farringdon Road

London

EC1A 1AA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04138203

The contractor is an SME

No

five.2.3) Name and address of the contractor

Logistica Europe

5 Carousel Way, Riverside Prime

Northampton

NN3 9HG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08892273

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £6,000,000

Total value of the contract/lot: £6,000,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

Specialist Courier Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 March 2024

five.2.2) Information about tenders

Number of tenders received: 6

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

five.2.3) Name and address of the contractor

Citysprint (UK)

Red Central, 60 High Street

Redhill

RH1 1SH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04327611

The contractor is an SME

No

five.2.3) Name and address of the contractor

Same Day Dispatch

Crown House, Old Gloucester Street

London

WC1N 3AX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

07998607

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Royal Mail Group

185 Farringdon Road

London

EC1A 1AA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04138203

The contractor is an SME

No

five.2.3) Name and address of the contractor

DHL International

Southern Hub, Unit 1, Horton Road

Colnbrook

SL3 0BB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01184988

The contractor is an SME

No

five.2.3) Name and address of the contractor

Skynet Worldwide Express

Skynet House, 18-21 Pulborough Way

Hounslow

TW4 6DE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04334961

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Axis Global Freight Services

99 Church Street

Rockmansworth

WD3 1JJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05851783

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £2,000,000

Total value of the contract/lot: £2,000,000


Section six. Complementary information

six.3) Additional information

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 frame NEUPC members are listed: https://www.neupc.ac.uk/who-are-our-members

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=853464418

GO Reference: GO-2024422-PRO-25827347

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

International Dispute Resolution Centre

International Dispute Resolution Centre, 70 Fleet Street, 103 Clarendon Road

London

EC4Y 1EU

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