UK-Leeds: Relocation services.

UK-Leeds: Relocation services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

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.

II.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 20,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Small Contracts – Regional
Lot No:1

II.2.2) Additional CPV code(s):
98392000 - Relocation services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the 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:
Quality criterion - Name: Technical / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Account Management / Weighting: 10

Price - Weighting: 60


II.2.11) Information about options
Options: 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


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 code(s):
98392000 - Relocation services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the 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:
Quality criterion - Name: Technical / Weighting: 35
Quality criterion - Name: Sustainability / Weighting: 15
Quality criterion - Name: Account Management / Weighting: 10

Price - Weighting: 40


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2020/S 243-603227



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: Yes

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: 1
Title: Small Contracts – Regional

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 19/02/2021

V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 19 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 21
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 21

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
RightGreen Recycle Ltd, 09463681
Unit 29-30 Royds Enterprise Park, Future Fields, Bradford, BD6 3EW, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Delivery Services & Storage Ltd, NI617297
Suite 1 Fountain Centre, Fountain Street, Belfast, BT1 6ET, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Crown Workspace Ltd, 03250579
Heritage House, 345 Southbury Road, Enfield, EN1 1TW, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
Specialised Movers Ltd, 06657750
Caxton House, 316 Petre Street, Sheffield, S4 8LU, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.5)
Johnsons 1871 Ltd, 02372641
7 Brunel Court, Rudheath Way, Gadbrook Park, Northwich, CW9 7LP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.6)
John Bradshaw & Son T/A BCL, 00719614
Centrepoint, Marshall Stevens Way, Trafford Park, Manchester, M17 1PP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.7)
Harrow Green Limited, 01742531
2 Oriental Road, London, E16 2BZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 10,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: Large Projects - National

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 19/02/2021

V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 14 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 16
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 16

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
RightGreen Recycle Ltd, 09463681
Unit 29-30 Royds Enterprise Park, Future Fields, Bradford, BD6 3EW, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
Crown Workspace Ltd, 03250579
Heritage House, 345 Southbury Road, Enfield, EN1 1TW, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Johnsons 1871 Ltd, 02372641
7 Brunel Court, Rudheath Way, Gadbrook Park, Northwich, CW9 7LP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
Harrow Green Limited, 01742531
2 Oriental Road, London, E16 2BZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Specialised Movers Ltd, 06657750
Caxton House, 316 Petre Street, Sheffield, S4 8LU, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 10,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=578861610

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
Internet address: www.neupc.ac.uk

VI.4.2) Body responsible for mediation procedures
Centre For Effective Dispute Resolution Limited
International Dispute Resolution Centre, 70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: s.wells@neupc.ac.uk

VI.5) Date of dispatch of this notice: 17/03/2021

ANNEX A

I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
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

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

3: Contracting Authority
London Universities Purchasing Consortium
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

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