Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Will Mendrek
Telephone
+44 7881715114
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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