UK-Leeds: Relocation services.

UK-Leeds: Relocation 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 1133443958, Email: s.wells@neupc.ac.uk
Contact: Sam Wells
Main Address: https://www.neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
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:-Relocation-services./83NQTGKWEJ
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: Removal and Relocation Services
Reference Number: FFE2007 NE
II.1.2) Main CPV Code:
98392000 - Relocation services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Removals and Relocations. The scope of this framework will cover commercial removals and relocations, plus additional specialisms such as removals and relocations of arts & artefacts and laboratory equipment, crate hire/purchase, storage, and international transit.

The framework is going to be available to members of NEUPC, plus
members of LUPC, SUPC, HEPCW & NWUPC.
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: Small Contracts – Regional
Lot No: 1
II.2.2) Additional CPV codes:
98392000 - Relocation services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Removals and Relocations. The scope of this framework will cover commercial removals and relocations, plus additional specialisms such as removals and relocations of arts & artefacts and laboratory equipment, crate hire/purchase, storage, and international transit. Bidders will be able to select which specialisms they are able to cover on this framework.

Lot 1 is specifically for small projects, Members will define project size by using the following criteria:

i.Calculation Test – a contract value of less than £100k
ii.Complexity Test – large contracts require significant project management etc, whereas smaller contracts are considered less complex
iii.Capability Test – preliminary market consultation across relevant lot(s)
iv.If, despite endeavours, it remains unclear which is the appropriate definition, the Member may choose to offer their contract opportunity to both size lots (ie, their chosen Region in Lot 1 and to national Suppliers in Lot 2)

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’. It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Account Management / Weighting: 10

Price - Weighting: 60

II.2.6) Estimated value:
Value excluding VAT: 10,000,000
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: No
Description of renewals: Not provided

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: No
Identification of the project: Not provided
II.2.14) Additional information: NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.
II.2) Description Lot No. 2

II.2.1) Title: Large Projects – National
Lot No: 2
II.2.2) Additional CPV codes:
98392000 - Relocation services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Removals and Relocations. The scope of this framework will cover commercial removals and relocations, plus additional specialisms such as removals and relocations of arts & artefacts and laboratory equipment, crate hire/purchase, storage, and international transit. Bidders will be able to select which specialisms they are able to cover on this framework.

Lot 2 is specifically for largeprojects, Members will define project size by using the following criteria:

i.Calculation Test – a contract value of more than £100k
ii.Complexity Test – large contracts require significant project management etc, whereas smaller contracts are considered less complex
iii.Capability Test – preliminary market consultation across relevant lot(s)
iv.If, despite endeavours, it remains unclear which is the appropriate definition, the Member may choose to offer their contract opportunity to both size lots (ie, their chosen Region in Lot 1 and to national Suppliers in Lot 2)

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’. It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Weighting: 35
Quality criterion - Name: Sustainability / Weighting: 15
Quality criterion - Name: Account Management / Weighting: 10

Price - Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in days: 48
This contract is subject to renewal: No
Description of renewals: Not provided

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: No
Identification of the project: Not provided
II.2.14) Additional information: NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.


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:
Not Provided
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: 2020/S 209 - 511791
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/12/2020 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: 14/12/2020
Time: 14:00


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: 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 tenderers will be based solely on the criteria set out for the procurement
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Relocation-services./83NQTGKWEJ

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/83NQTGKWEJ
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 1134871750, Email: s.wells@neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
INTERNATIONAL DISPUTE RESOLUTION CENTRE
INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/11/2020

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 Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
Tel. +44 1189357081, Email: t.a.smith@reading.ac.uk
Contact: Taron Smith
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
North Western Universities Purchasing Consortium
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Tel. +44 1612348016, Email: Sarah.Dye@nwupc.ac.uk
Contact: Sarah Dye
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:
3: Contracting Authority
London Universities Purchasing Consortia
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Tel. +44 7884551949, Email: J.Kadri@lupc.ac.uk
Contact: Joyce Kadri
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:
4: Contracting Authority
Higher Education Purchasing Consortia for Wales
8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Tel. +44 7534228761, Email: h.allaway@wales.ac.uk
Contact: Howard Allaway
Main Address: http://www.hepcw.ac.uk
NUTS Code: UK