Contract

Removals and Relocations Services

  • NEUPC Ltd
  • NEUPC Ltd
  • APUC Ltd
  • Higher Education Purchasing Consortium Wales
  • London Universities Purchasing Consortium Ltd
Show 2 more buyers Show fewer buyers
  • NWUPC Ltd
  • Southern Universities Purchasing Consortium

F03: Contract award notice

Notice identifier: 2025/S 000-032819

Procurement identifier (OCID): ocds-h6vhtk-048991 (view related notices)

Published 17 June 2025, 10:05am



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Steven Hogg

Email

s.hogg@neupc.ac.uk

Telephone

+44 1134871754

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://neupc.ac.uk/

one.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Steven Hogg

Email

s.hogg@neupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.neupc.ac.uk

one.1) Name and addresses

APUC Ltd

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Email

enquiries@apuc-scot.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.apuc-scot.ac.uk/

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

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

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/

one.1) Name and addresses

NWUPC Ltd

Salford Innovation Forum- Room 210, 51 Frederick Road

Salford

M6 6FP

Email

admin@nwupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwupc.ac.uk/

one.1) Name and addresses

Southern Universities Purchasing Consortium

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

Reading

RG6 6BU

Email

supc@sums.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

one.2) Information about joint procurement

The contract involves joint procurement

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

Removals and Relocations Services

Reference number

FFE2009 NE

two.1.2) Main CPV code

  • 98392000 - Relocation services

two.1.3) Type of contract

Services

two.1.4) Short description

Suppliers are required to provide a professional commercial removal and relocation service using fit for purpose vehicles, storage facilities and appropriately qualified/experienced staff

Requirements may vary in size, frequency and range, anything from:

Known, small scale jobs, indicative of lower value/risk project work undertaken by one man and a van service (eg up to Luton van size of vehicle) for example and without limitation:

•uncomplicated, un-forecasted removal of effects required within limited timescales

•portering sevices/ packing

•minor office moves

to

Complex campus relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to:

•Defining Client Requirements

•Space Planning / Control Procedures

•Move Planning and Preparation

•Secure Warehouse/ Storage Solution

•Customs Clearance Document Advice/Preparation and Management

•Post Move Contract Management / Aftercare

or

Retrieval of a fine art or library collection from storage and its relocation to the site for the purpose of exhibiting, comprising of all or any of the following:

•Defining Client Requirements

•Transportation of effects by road, sea or air

•Specialised Vehicles

•Case Making and Packing services

•Secure Warehouse/ Storage Solution

•Other services: Insurance Cover, Fully comprehensive Transit Insurance, Documentation, Picture Hanging Services

•Customs Clearance Document Advice/Preparation and Management

•Post Move Contract Management / Aftercare

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: £11,000,000

two.2) Description

two.2.1) Title

General (Low Value Items / Lower Risk) Commercial Removals and Relocations

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

Known, small scale jobs, of items that are generally lower individual value or require a lower level of specialist handling eg office furniture, filing etc. Appropriateness to be determined by the agreement user

May include packing and unpacking services, and off-site storage

Requirements will include, but not be limited to:

•the complete removal of all effects from and to, one or more locations

•the part relocation of effects

•the repositioning of effects within one or more rooms and buildings

•to collect goods from an Institution Store, deliver to one or more locations

•advice on the packing of effects

•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves

•the supply of staff

•the supply of packing crates, containers or cartons

•the collection and retrieval of effects

•the secure storage of effects

•removal and safe disposal of protective materials from the site

Effects may include but will not be limited to:

•Documents

•Office equipment and furniture

The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:

•crates/cartons

•pallets

•irregularly shaped items requiring bespoke protection/packaging

A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.

Requirements may vary in size, frequency and range

two.2.5) Award criteria

Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 20

Quality criterion - Name: Safe Working Practices and Training / Weighting: 10

Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

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

Quality criterion - Name: References / Weighting: 2

Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18

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: Yes

Identification of the project

Call offs may involve the use of EU or research grant funding

two.2) Description

two.2.1) Title

Specialist (High Value Items / Higher Risk) Commercial Removals and Relocations

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

Larger scale complex jobs, of items that are generally higher individual value or require a higher level of specialist handling eg IT Equipment, Laboratory Equipment, Engineering/Workshop Equipment, Art Museum and High Value Artefacts, Library Collections etc. May include packing and unpacking services, and off-site storage. Appropriateness to be determined by the agreement user

Suppliers to confirm the specialisms they can satisfy

Requirements will include, but not be limited to:

•the complete removal of all effects from and to, one or more locations

•the part relocation of effects

•the repositioning of effects within one or more rooms and buildings

•to collect goods from an Institution Store, deliver to one or more locations

•advice on the packing of effects

•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves

•the supply of staff

•the supply of packing crates, containers or cartons

•the collection and retrieval of effects

•the secure storage of effects

•removal and safe disposal of protective materials from the site

Effects may include but will not be limited to:

•Computing and IT equipment

•Workshop equipment

•Library Equipment and/or books and/or collections

•Arts and artefacts, eg:

Paintings, drawings, mosaics,

Artworks of printmaking and calligraphy,

fine-art photography,

sculptures

artefacts

jewellery, etc.

The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:

•crates/cartons

•pallets

•irregularly shaped items requiring bespoke protection/packaging

A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.

Requirements may vary in size, frequency and range

two.2.5) Award criteria

Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 30

Quality criterion - Name: Safe Working Practices and Training / Weighting: 10

Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

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

Quality criterion - Name: References / Weighting: 2

Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18

Price - Weighting: 30

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 may involve the use of EU or research grant funding

two.2) Description

two.2.1) Title

Container/Crate Hire and/or Purchase, and Packaging Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 44619300 - Crates
  • 44617000 - Boxes

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

Members may require the supply of packing/storage containers/crates on a hire basis, or to purchase. And other packaging products to purchase. A general purpose crate with lid are by far the most common crate used, however a comprehensive range of containers should be available

two.2.5) Award criteria

Quality criterion - Name: Range of Goods / Weighting: 12

Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 5

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

Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18

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 may involve the use of EU or research grant funding

two.2) Description

two.2.1) Title

Domestic Style Removals and Relocations

Lot No

4

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

eg employee relocation (within UK), porter style assistance for students moving into university accommodation

two.2.5) Award criteria

Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 10

Quality criterion - Name: Safe Working Practices and Training / Weighting: 10

Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

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

Quality criterion - Name: References / Weighting: 2

Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18

Price - Weighting: 50

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 may involve the use of EU or research grant funding

two.2) Description

two.2.1) Title

International Moves

Lot No

5

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

Complex relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to:

•Defining Client Requirements

•Space Planning / Control Procedures

•Move Planning and Preparation

•Secure Warehouse/ Storage Solution

•Customs Clearance Document Advice/Preparation and Management

•Post Move Contract Management / Aftercare

Not employee relocation

Requirements will include, but not be limited to:

•the complete removal of all effects from and to, one or more locations

•the part relocation of effects

•the repositioning of effects within one or more rooms and buildings

•to collect goods from an Institution Store, deliver to one or more locations

•advice on the packing of effects

•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves

•the supply of staff

•the supply of packing crates, containers or cartons

•the collection and retrieval of effects

•the secure storage of effects

•removal and safe disposal of protective materials from the site

Effects may include but will not be limited to:

•Documents

•Office equipment and furniture

•Computing and IT equipment

•Workshop equipment

•Library Equipment and/or books and/or collections

•Arts and artefacts, eg:

Paintings, drawings, mosaics,

Artworks of printmaking and calligraphy,

fine-art photography,

sculptures

artefacts

jewellery, etc.

The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:

•crates/cartons

•pallets

•irregularly shaped items requiring bespoke protection/packaging

A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.

Requirements may vary in size, frequency and range

two.2.5) Award criteria

Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 30

Quality criterion - Name: Safe Working Practices and Training / Weighting: 10

Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

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

Quality criterion - Name: References / Weighting: 2

Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18

Price - Weighting: 30

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 may involve the use of EU or research grant funding


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: 2024/S 000-038348


Section five. Award of contract

Contract No

FFE2009 NE Lot 1

Lot No

1

Title

Removals and Relocations Services : Lot 1 – General (Low Value Items / Lower Risk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 20

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 20

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

five.2.3) Name and address of the contractor

BUSINESS MOVES LIMITED

4 Acre Road

Reading

RG2 0SX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

1868346

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

4200686

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

3250579

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DELIVERY SERVICES & STORAGE LIMITED

98-102 2nd Floor, Donegall Street

Belfast

BT1 2GW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

NI617297

The contractor is an SME

No

five.2.3) Name and address of the contractor

JOHN BRADSHAW AND SON LIMITED

Unit4 Tallow Way, Irlam

Manchester

M44 6RJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

719614

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

King Edward Court, King Edward Road

Knutsford

WA16 0BE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2372641

The contractor is an SME

No

five.2.3) Name and address of the contractor

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

13 Village Road, Higher Bebington

Wirral

CH63 8PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

9988381

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

8044368

The contractor is an SME

No

five.2.3) Name and address of the contractor

RIGHTGREENRECYCLE LIMITED

Unit 11 Cutler Heights Business Park, Cutler Heights Lane

Bradford

BD4 9AW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

9463681

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: £4,000,000

Total value of the contract/lot: £4,000,000


Section five. Award of contract

Contract No

FFE2009 NE Lot 2

Lot No

2

Title

Removals and Relocations Services : Lot 2 – Specialist (High Value Items / Higher Risk)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

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: 0

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

AGM BISHOPS LIMITED

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12733035

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

BUSINESS MOVES LIMITED

4 Acre Road

Reading

RG2 0SX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01868346

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04200686

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

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

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

JOHNSONS 1871 LIMITED

King Edward Court, King Edward Road

Knutsford

WA16 0BE

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

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

13 Village Road, Higher Bebington

Wirral

CH63 8PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09988381

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08044368

The contractor is an SME

No

five.2.3) Name and address of the contractor

RIGHTGREENRECYCLE LIMITED

Unit 11 Cutler Heights Business Park, Cutler Heights Lane

Bradford

BD4 9AW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09463681

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: £4,000,000

Total value of the contract/lot: £4,000,000


Section five. Award of contract

Contract No

FFE2009 NE Lot 3

Lot No

3

Title

Removals and Relocations: Lot 3 - Container/Crate Hire and/or Purchase, and Packaging Products

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

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

five.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12733035

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

BUSINESS MOVES LIMITED

4 Acre Road

Reading

RG2 0SX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01868346

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04200686

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

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

JOHN BRADSHAW AND SON LIMITED

Unit4 Tallow Way, Irlam

Manchester

M44 6RJ

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

JOHNSONS 1871 LIMITED

King Edward Court, King Edward Road

Knutsford

WA16 0BE

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

SPECIALISED MOVERS LIMITED

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)

Initial estimated total value of the contract/lot: £500,000

Total value of the contract/lot: £500,000


Section five. Award of contract

Contract No

FFE2009NE Lot 4

Lot No

4

Title

Removals and Relocations: Lot 4 - Domestic Style Removals and Relocations

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 14

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

five.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12733035

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04200686

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

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

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

JOHN BRADSHAW AND SON LIMITED

Unit4 Tallow Way, Irlam

Manchester

M44 6RJ

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

JOHNSONS 1871 LIMITED

King Edward Court, King Edward Road

Knutsford

WA16 0BE

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

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

13 Village Road, Higher Bebington

Wirral

CH63 8PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09988381

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08044368

The contractor is an SME

No

five.2.3) Name and address of the contractor

RIGHTGREENRECYCLE LIMITED

Unit 11 Cutler Heights Business Park, Cutler Heights Lane

Bradford

BD4 9AW

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

SPECIALISED MOVERS LIMITED

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)

Initial estimated total value of the contract/lot: £500,000

Total value of the contract/lot: £500,000


Section five. Award of contract

Contract No

FFE2009 NE - Lot 5

Lot No

5

Title

Removals and Relocations: Lot 5 – International Moves

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

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

five.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12733035

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04200686

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

3250579

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

King Edward Court, King Edward Road

Knutsford

WA16 0BE

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

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

13 Village Road, Higher Bebington

Wirral

CH63 8PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09988381

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08044368

The contractor is an SME

No

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

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=956602339 GO Reference: GO-2025617-PRO-31033247

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

s.hogg@neupc.ac.uk

Telephone

+44 1134871754

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Email

s.hogg@neupc.ac.uk

Telephone

+44 1134871754

Country

United Kingdom