Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Steven Hogg
Telephone
+44 1134871754
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
APUC Ltd
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.apuc-scot.ac.uk/#!/members
one.1) Name and addresses
North Western Universities Purchasing Consortium Ltd
Room 404, 4th Floor, Crescent House, University of Salford
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
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
Southern Universities Purchasing Consortium
Reading Enterprise Centre, The 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.1) Name and addresses
Crescent Purchasing Ltd
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.thecpc.ac.uk/members/
one.2) Information about joint procurement
The contract involves 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://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./2ZN973G38N
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://neupc.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
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 a 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 ITT shall be 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.1.5) Estimated total value
Value excluding VAT: £14,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework will be awarded for an initial 36 month period with an option to extend for 12 months.
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: 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
To respond to Lot1 for this opportunity please click here: https://neupc.delta-esourcing.com/respond/2ZN973G38N
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework will be awarded for an initial 36 month period with an option to extend for 12 months.
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: 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
To respond to Lot2 for this opportunity please click here: https://neupc.delta-esourcing.com/respond/YX38Y5WU7C
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework will be awarded for an initial 36 month period with an option to extend for 12 months.
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: 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
To respond to Lot3 for this opportunity please click here: https://neupc.delta-esourcing.com/respond/D38D6958Q7
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 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
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
6 November 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 November 2023
Local time
12:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./2ZN973G38N" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./2ZN973G38N
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2ZN973G38N" target="_blank">https://neupc.delta-esourcing.com/respond/2ZN973G38N
GO Reference: GO-2023103-PRO-24104732
six.4) Procedures for review
six.4.1) Review body
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
Telephone
+44 1134871750
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
INTERNATIONAL DISPUTE RESOLUTION CENTRE
70 FLEET STREET
London
EC4Y 1EU
Country
United Kingdom