UK-Leeds: Post and courier services.

UK-Leeds: Post and courier services.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.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./36W2W84NHN
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Courier Services
Reference Number: PMR2003 NE
II.1.2) Main CPV Code:
64100000 - Post and courier services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The HE Sector requires a secure end to end couriers service for 3 specific specialisms:

Lot 1: UK Domestic Couriers Services
Lot 2: International Couriers Services
Lot 3: Transport of Dangerous & Hazardous Goods

General requirements for all lots will be to provide a secure end to end service, collecting packages up to 30kg in weight from a specified location and delivering to the agreed recipient within established timescales.
II.1.5) Estimated total value:
Value excluding VAT: 30,750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: UK Domestic Courier Services
Lot No: 1
II.2.2) Additional CPV codes:
64120000 - Courier services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Coverage of all UK areas either through direct routes or sub-contracting of some routes to enable a secure delivery service for non-hazardous goods up to the weight of 30kg within the UK.

A maximum of 6 bidders will be awarded to this Lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.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 a 36 month period wit the possible extension of 12 months

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.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.
II.2.14) Additional information: This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015
II.2) Description Lot No. 2

II.2.1) Title: International Courier Services
Lot No: 2
II.2.2) Additional CPV codes:
64100000 - Post and courier services.
64120000 - Courier services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply of an International Couriers Delivery Service to the HE Sector. In addition advice must be provided on:
•Import and Export Duty
•Import and Export Regulations on restricted or embargoed locations
•Restrictions on types of goods that may be imported/exported

A maximum of 6 bidders will be awarded to this lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value:
Value excluding VAT: 24,000,000
Currency: GBP
II.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: An initial period of 36 months will be awarded with the option to extend for a further 12 months.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.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.
II.2.14) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/36W2W84NHN
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015
II.2) Description Lot No. 3

II.2.1) Title: Transport of Dangerous and Hazardous Goods
Lot No: 3
II.2.2) Additional CPV codes:
64100000 - Post and courier services.
64120000 - Courier services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Potential transport of:
· Diagnostic Specimens/samples
· Aortic Heart Valves
· DNA Samples
· Blood and Serum Samples
· Medical Samples
· Animal Tissue samples
· Human Tissue samples
· Antibody Samples
· Infectious samples
· Live Animal Shipments
· Frozen/Dry Ice
· Refrigerated/Gel Packs
· Ambient/Dry Ice
· Ambient/Liquid Nitrogen
· Ambient/No Refrigerant
· Ambient

A maximum of 6 bidders will be awarded to this lot.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value:
Value excluding VAT: 750,000
Currency: GBP
II.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: An initial award of 36 months with the option to extend for a further 12 months.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.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.
II.2.14) Additional information: This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.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
Envisaged maximum number of participants to the framework agreement: 18
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/07/2019 Time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 04/07/2019
Time: 11:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 Months
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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./36W2W84NHN

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/36W2W84NHN
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871756
VI.5) Date Of Dispatch Of This Notice: 04/06/2019

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
NEUPC
Floor 3 Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
Contact: Andy Hughes
Main Address: http://www.neupc.ac.uk/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
London Universities Purchasing Consortia
Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
Email: enquiries@lupc.ac.uk
Main Address: https://www.lupc.ac.uk/members-list
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
North West Universities Purchasing Consortia
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: sarah.dye@manchester.ac.uk
Main Address: https://www.nwupc.ac.uk/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
APUC
Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
Email: enquiries@apuc-scot.ac.uk
Main Address: http://www.apuc-scot.ac.uk/#&information
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Higher Education Purchasing Consortia for Wales
8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Email: hepcw@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/members/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Southern Universities Purchasing Consortium
Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/about-us/our-members/our-members
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
Email: helpdesk@thecpc.ac.uk
Main Address: https://www.thecpc.ac.uk/members/
NUTS Code: UK