Section one: Contracting authority
one.1) Name and addresses
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
https://www.neupc.ac.uk/join/members/who-are-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
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
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
NWUPC Ltd
Salford Innovation Forum- Room 210, 51 Frederick Road
Salford
M6 6FP
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.nwupc.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.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://neupc.delta-esourcing.com/
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
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.1.5) Estimated total value
Value excluding VAT: £11,000,000
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
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
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/Y65QE3VV45
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
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
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/647H4Y6A24
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
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
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/5H545Q8S39
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
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
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/R57ZU9SHR9
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
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
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/8XFK2U7Z2H
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide confirmation of the the regions to cover , and satisfactory evidence of the resources to satisfy (regional offices/locations, number of admin and service/operational staff in each location, other resources tools and equipment etc, and membership of appropriate trade bodies relevant to the services offered.
For Lot 2, in relation to art museum and high value artefacts, in order for Members to be able use Suppliers to transport objects from museums’ collection, transport contractors must be approved for the Government Indemnity Scheme (https://www.artscouncil.org.uk/supporting-arts-museums-and-libraries/supporting-collections-and-cultural-property/government-indemnity-scheme)
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See ITT and terms & conditions
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-025290
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 January 2025
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 January 2025
Local time
12:30pm
Information about authorised persons and opening procedure
Bids will be opened after the ITT deadline passes, by suitably qualified NEUPC staff, bids opened from the Delta system
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Suppliers will be based solely on the criteria set out for the procurement in the ITT.
Please see the ITT document Section 1.6 for any possible variances to the number of
Suppliers to be appointed to this Framework
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 "contracting authorities" or "bodies governed by public law" for the purposes of The Public Contracts Regulations (PCR) 2015.
This agreement will be open to Members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Relocation-services./Y65QE3VV45
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/Y65QE3VV45
GO Reference: GO-20241127-PRO-28679515
six.4) Procedures for review
six.4.1) Review body
NEUPC Ltd
Phoenix House, 3 South Parade
Leeds
LS1 5QX
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
Country
United Kingdom