UK-Leeds: Mail delivery services.

UK-Leeds: Mail delivery 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: https://neupc.delta-esourcing.com/, 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:-Mail-delivery-services./79GN4Z8SZP
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: Mail Services
Reference Number: PMR2006 NE
II.1.2) Main CPV Code:
64121100 - Mail delivery services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The NEUPC is leading a tender process to establish a framework for the HE Sector for Mail Services. This will include two lots covering both UK Business Mail Services and International Mail Services
II.1.5) Estimated total value:
Value excluding VAT: 30,000,000
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: UK Business Mail Services
Lot No: 1
II.2.2) Additional CPV codes:
60160000 - Mail transport by road.
60220000 - Mail transport by railway.
64121100 - Mail delivery services.
79571000 - Mailing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Lot 1 is a new provision for the sector having never been tendered officially previously, the UK domestic business mail lot seeks to award up to 3 suppliers to provide a down stream access provision for business mail services. Bidders would be required to ensure supply chain in place for final mile delivery, potentially provide IT solutions to give institutional efficiencies and establish a confirmed working pattern of collection and delivery on an individual call off basis with institutions.

Advice where required on mail processes and best practice within the UK mail sector
Detailed management information
Ability to structure internal accounts and invoice appropriately as required by members.

Suppliers awarded to either or both lots would be expected to establish a productive relationship with the Postal Operations Group to communicate and advise on best practice.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality - Sustainability / Weighting: 10
Quality criterion - Name: Quality - Technical Ability & Service / Weighting: 18
Quality criterion - Name: Contract and Framework Management / Weighting: 20
Quality criterion - Name: Additional Services Offered / Weighting: 7

Cost criterion - Name: Price - Rate card and Retrospective Rebate / Weighting: 45

II.2.6) Estimated value:
Value excluding VAT: 28,000,000
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: This framework will have an initial award of 2 years with two optional one year extensions which will be confirmed upon review of the framework and satisfactory performance

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: This framework may be used in relation to funding from (but not limited to) ERDF, ESIF and other external funding programmes.
II.2.14) Additional information: The framework will be open to all members of the listed HE Consortia whether or not they identify as being subject to PCR2015
For clarity Lot 1 UK Business Mail Servicesand Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services- https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP
II.2) Description Lot No. 2

II.2.1) Title: International Mail Services
Lot No: 2
II.2.2) Additional CPV codes:
60160000 - Mail transport by road.
60220000 - Mail transport by railway.
60411000 - Scheduled airmail transport services.
64121100 - Mail delivery services.
79571000 - Mailing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: A retender of a previous provision which was for International Air Mail the scope of the new lot has been redefined simply as International Mail Services to encourage bidders to propose the best value for money provision for the requirement and not restrict the method of delivery.

Coverage is required for a global mail delivery service including but not restricted to:
Collection from any member institution for outbound delivery to any destination outside of the UK (allowing for prohibited lists).
Inbound services
Advice where required on HMRC regulation and regulation at point of delivery.
Detailed management information
Ability to structure internal accounts and invoice appropriately as required by members.

Suppliers awarded to either or both lots would be expected to establish a productive relationship with the Postal Operations Group to communicate and advise on best practice.

It is intended to award this lot to up to 3 suppliers.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality - Sustainability / Weighting: 10
Quality criterion - Name: Quality - Technical Ability & Service / Weighting: 20
Quality criterion - Name: Contract & Framework Management / Weighting: 20
Quality criterion - Name: Additional Services Offered / Weighting: 5

Cost criterion - Name: Price - Rate card & Retrospective rebate / Weighting: 45

II.2.6) Estimated value:
Value excluding VAT: 2,000,000
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: This framework will have an initial award of 2 years with two optional one year extensions which will be confirmed upon review of the framework and satisfactory performance

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: This framework may be used in relation to funding from (but not limited to) ERDF, ESIF and other external funding programmes.
II.2.14) Additional information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links for each are below:

Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S

The framework will be open to all members of the listed HE Consortia whether or not they identify as being subject to 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
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
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: 6
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: 07/01/2021 Time: 13:00

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): 3

IV.2.7) Conditions for opening of tenders:
Date: 07/01/2021
Time: 13:01


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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP
Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/79GN4Z8SZP
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: 29/10/2020

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
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/
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: ang@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: h.allaway@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/members/
NUTS Code: UK