UK-Leeds: Freight transport agency services.

UK-Leeds: Freight transport agency 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
Contact: Andy Hughes
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: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Freight-transport-agency-services./Z684Q2X72G
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Freight and Haulage Services
Reference Number: PMR2002 NE
II.1.2) Main CPV Code:
63521000 - Freight transport agency services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Higher Education Sector in the UK currently spends in the region of £5m each year on Freight and Haulage related services. This covers a number of areas including:
Lot 1 - Exhibition Freight
Lot 2 in the structure of the Dynamic Purchasing System has in scope all freight and haulage requirements outside of the Exhibition Freight Specialism
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
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: Exhibition Freight Services
Lot No: 1
II.2.2) Additional CPV codes:
63521000 - Freight transport agency services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Exhibition Freight – mainly related to International Student Recruitment fairs arranged by organisations such as the British Council. These will require a fully managed service provision transporting the equipment and promotional material, delivering to site at location at a confirmed date and return following the event. Due to the timing required this could involve storage and will require suppliers to complete relevant documentation involving import/export regulation at both destination and source. This area is considered specialist and accounts for in the region of £1.5m per annum in the sector so will be an individual lot within the Dynamic Purchasing System structure.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: Minimum selection criteria as listed in DPS questionnaire
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 DPS may involve external funding from project including but not limited to ERDF, ESIF and other research bodies. Full details shoulds be included in the call off documentation.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z684Q2X72G
II.2) Description Lot No. 2

II.2.1) Title: Non-Exhibition Freight Services
Lot No: 2
II.2.2) Additional CPV codes:
63521000 - Freight transport agency services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 2 in the structure of the Dynamic Purchasing System has in scope all freight and haulage requirements outside of the Exhibition Freight Specialism. This may include but not be limited to:
Transport of educational materials
Transport of laboratory equipment
Transport of machinery
Transport of Office Equipment
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 14,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: Minimum selection criteria as listed in DPS questionnaire
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 DPS may involve funding from external sources including but not limited to ERDF, ESIF or other research funding that will be detailed in any call off documentation.
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6CBMAD2ZCE


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 RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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: 21/03/2024
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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: 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.

This notice relates to the establishment of a Dynamic Purchasing System. Call offs may be made for requirements from 30 days following publication of the notice until termination or end date of the Dynamic Purchasing System.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Freight-transport-agency-services./Z684Q2X72G

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/Z684Q2X72G
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: 20/03/2019

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
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: a.hughes@neupc.ac.uk
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
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/
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
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: h.allaway@wales.ac.uk
Main Address: http://www.hepcw.ac.uk
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: www.supc.ac.uk
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: www.thecpc.ac.uk
NUTS Code: UK