Skip to main content.

NEUPC Ltd: Removals and Relocations Services

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Removals and Relocations Services
Notice type: Contract Award Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Open
Short Description: Suppliers are required to provide a professional commercial removal and relocation service using fit for purpose vehicles, storage facilities and appropriately qualified/experienced staff Requirements may vary in size, frequency and range, anything from: Known, small scale jobs, indicative of lower value/risk project work undertaken by one man and a van service (eg up to Luton van size of vehicle) for example and without limitation: •uncomplicated, un-forecasted removal of effects required within limited timescales •portering sevices/ packing •minor office moves to Complex campus relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to: •Defining Client Requirements •Space Planning / Control Procedures •Move Planning and Preparation •Secure Warehouse/ Storage Solution •Customs Clearance Document Advice/Preparation and Management •Post Move Contract Management / Aftercare or Retrieval of a fine art or library collection from storage and its relocation to the site for the purpose of exhibiting, comprising of all or any of the following: •Defining Client Requirements •Transportation of effects by road, sea or air •Specialised Vehicles •Case Making and Packing services •Secure Warehouse/ Storage Solution •Other services: Insurance Cover, Fully comprehensive Transit Insurance, Documentation, Picture Hanging Services •Customs Clearance Document Advice/Preparation and Management •Post Move Contract Management / Aftercare
Published: 17/06/2025 09:21

View Full Notice

UK-Leeds: Relocation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871754, Email: s.hogg@neupc.ac.uk
       Contact: Steven Hogg
       Main Address: https://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: No

   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: Removals and Relocations Services            
      Reference number: FFE2009 NE

      II.1.2) Main CPV code:
         98392000 - Relocation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Suppliers are required to provide a professional commercial removal and relocation service using fit for purpose vehicles, storage facilities and appropriately qualified/experienced staff

Requirements may vary in size, frequency and range, anything from:

Known, small scale jobs, indicative of lower value/risk project work undertaken by one man and a van service (eg up to Luton van size of vehicle) for example and without limitation:

•uncomplicated, un-forecasted removal of effects required within limited timescales

•portering sevices/ packing

•minor office moves

to

Complex campus relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to:

•Defining Client Requirements

•Space Planning / Control Procedures

•Move Planning and Preparation

•Secure Warehouse/ Storage Solution

•Customs Clearance Document Advice/Preparation and Management

•Post Move Contract Management / Aftercare

or

Retrieval of a fine art or library collection from storage and its relocation to the site for the purpose of exhibiting, comprising of all or any of the following:

•Defining Client Requirements

•Transportation of effects by road, sea or air

•Specialised Vehicles

•Case Making and Packing services

•Secure Warehouse/ Storage Solution

•Other services: Insurance Cover, Fully comprehensive Transit Insurance, Documentation, Picture Hanging Services

•Customs Clearance Document Advice/Preparation and Management

•Post Move Contract Management / Aftercare

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 11,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:General (Low Value Items / Lower Risk) Commercial Removals and Relocations   
      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: Known, small scale jobs, of items that are generally lower individual value or require a lower level of specialist handling eg office furniture, filing etc. Appropriateness to be determined by the agreement user

May include packing and unpacking services, and off-site storage

Requirements will include, but not be limited to:

•the complete removal of all effects from and to, one or more locations

•the part relocation of effects

•the repositioning of effects within one or more rooms and buildings

•to collect goods from an Institution Store, deliver to one or more locations

•advice on the packing of effects

•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves

•the supply of staff

•the supply of packing crates, containers or cartons

•the collection and retrieval of effects

•the secure storage of effects

•removal and safe disposal of protective materials from the site

Effects may include but will not be limited to:

•Documents

•Office equipment and furniture

The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:

•crates/cartons

•pallets

•irregularly shaped items requiring bespoke protection/packaging

A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.



Requirements may vary in size, frequency and range

      II.2.5) Award criteria:
      Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 20
      Quality criterion - Name: Safe Working Practices and Training / Weighting: 10
      Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5
      Quality criterion - Name: Framework and Contract Management / Weighting: 5
      Quality criterion - Name: References / Weighting: 2
      Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18
                  
      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: Yes
         Reference to project(s) and/or programme(s): Call offs may involve the use of EU or research grant funding

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Specialist (High Value Items / Higher Risk) Commercial Removals and Relocations   
      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: Larger scale complex jobs, of items that are generally higher individual value or require a higher level of specialist handling eg IT Equipment, Laboratory Equipment, Engineering/Workshop Equipment, Art Museum and High Value Artefacts, Library Collections etc. May include packing and unpacking services, and off-site storage. Appropriateness to be determined by the agreement user

Suppliers to confirm the specialisms they can satisfy

Requirements will include, but not be limited to:

•the complete removal of all effects from and to, one or more locations

•the part relocation of effects

•the repositioning of effects within one or more rooms and buildings

•to collect goods from an Institution Store, deliver to one or more locations

•advice on the packing of effects

•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves

•the supply of staff

•the supply of packing crates, containers or cartons

•the collection and retrieval of effects

•the secure storage of effects

•removal and safe disposal of protective materials from the site

Effects may include but will not be limited to:

•Computing and IT equipment

•Workshop equipment

•Library Equipment and/or books and/or collections

•Arts and artefacts, eg:

Paintings, drawings, mosaics,

Artworks of printmaking and calligraphy,

fine-art photography,

sculptures

artefacts

jewellery, etc.

The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:

•crates/cartons

•pallets

•irregularly shaped items requiring bespoke protection/packaging

A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.

Requirements may vary in size, frequency and range

      II.2.5) Award criteria:
      Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 30
      Quality criterion - Name: Safe Working Practices and Training / Weighting: 10
      Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5
      Quality criterion - Name: Framework and Contract Management / Weighting: 5
      Quality criterion - Name: References / Weighting: 2
      Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18
                  
      Price - Weighting: 30
            

      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: Yes
         Reference to project(s) and/or programme(s): Call offs may involve the use of EU or research grant funding

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Container/Crate Hire and/or Purchase, and Packaging Products   
      Lot No:3

      II.2.2) Additional CPV code(s):
            44619300 - Crates.
            44617000 - Boxes.


      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: Members may require the supply of packing/storage containers/crates on a hire basis, or to purchase. And other packaging products to purchase. A general purpose crate with lid are by far the most common crate used, however a comprehensive range of containers should be available

      II.2.5) Award criteria:
      Quality criterion - Name: Range of Goods / Weighting: 12
      Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 5
      Quality criterion - Name: Framework and Contract Management / Weighting: 5
      Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18
                  
      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: Yes
         Reference to project(s) and/or programme(s): Call offs may involve the use of EU or research grant funding

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Domestic Style Removals and Relocations   
      Lot No:4

      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: eg employee relocation (within UK), porter style assistance for students moving into university accommodation

      II.2.5) Award criteria:
      Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 10
      Quality criterion - Name: Safe Working Practices and Training / Weighting: 10
      Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5
      Quality criterion - Name: Framework and Contract Management / Weighting: 5
      Quality criterion - Name: References / Weighting: 2
      Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18
                  
      Price - Weighting: 50
            

      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: Yes
         Reference to project(s) and/or programme(s): Call offs may involve the use of EU or research grant funding

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:International Moves   
      Lot No:5

      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: Complex relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to:

•Defining Client Requirements

•Space Planning / Control Procedures

•Move Planning and Preparation

•Secure Warehouse/ Storage Solution

•Customs Clearance Document Advice/Preparation and Management

•Post Move Contract Management / Aftercare

Not employee relocation

Requirements will include, but not be limited to:

•the complete removal of all effects from and to, one or more locations

•the part relocation of effects

•the repositioning of effects within one or more rooms and buildings

•to collect goods from an Institution Store, deliver to one or more locations

•advice on the packing of effects

•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves

•the supply of staff

•the supply of packing crates, containers or cartons

•the collection and retrieval of effects

•the secure storage of effects

•removal and safe disposal of protective materials from the site

Effects may include but will not be limited to:

•Documents

•Office equipment and furniture

•Computing and IT equipment

•Workshop equipment

•Library Equipment and/or books and/or collections

•Arts and artefacts, eg:

Paintings, drawings, mosaics,

Artworks of printmaking and calligraphy,

fine-art photography,

sculptures

artefacts

jewellery, etc.

The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:

•crates/cartons

•pallets

•irregularly shaped items requiring bespoke protection/packaging

A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.

Requirements may vary in size, frequency and range

      II.2.5) Award criteria:
      Quality criterion - Name: Quality of Service Delivery / Methodology / Weighting: 30
      Quality criterion - Name: Safe Working Practices and Training / Weighting: 10
      Quality criterion - Name: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5
      Quality criterion - Name: Framework and Contract Management / Weighting: 5
      Quality criterion - Name: References / Weighting: 2
      Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 18
                  
      Price - Weighting: 30
            

      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: Yes
         Reference to project(s) and/or programme(s): Call offs may involve the use of EU or research grant funding

      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: Yes       
      

   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: 2024/S 000-038348
      
   

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: FFE2009 NE Lot 1    
   Lot Number: 1    
   Title: Removals and Relocations Services : Lot 1 – General (Low Value Items / Lower Risk)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 17 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BUSINESS MOVES LIMITED, 1868346
             4 Acre Road, Reading, RG2 0SX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CLOCKWORK REMOVALS LIMITED, 4200686
             C/O Sagars Gresham House, 5 - 7 St Paul's Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CROWN WORKSPACE LIMITED, 3250579
             Heritage House, 345 Southbury Road, Enfield, EN1 1TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             DELIVERY SERVICES & STORAGE LIMITED, NI617297
             98-102 2nd Floor, Donegall Street, Belfast, BT1 2GW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             JOHN BRADSHAW AND SON LIMITED, 719614
             Unit4 Tallow Way, Irlam, Manchester, M44 6RJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             JOHNSONS 1871 LIMITED, 2372641
             King Edward Court, King Edward Road, Knutsford, WA16 0BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD, 9988381
             13 Village Road, Higher Bebington, Wirral, CH63 8PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PICKFORDS MOVE MANAGEMENT LIMITED, 8044368
             Pickfords Park Laxcon Close, Drury Way, London, NW10 0TG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             RIGHTGREENRECYCLE LIMITED, 9463681
             Unit 11 Cutler Heights Business Park, Cutler Heights Lane, Bradford, BD4 9AW, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: FFE2009 NE Lot 2    
   Lot Number: 2    
   Title: Removals and Relocations Services : Lot 2 – Specialist (High Value Items / Higher Risk)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2025

      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: 0          
         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)
             AGM BISHOPS LIMITED, 12733035
             The Heights East, Cranborne Road, Potters Bar, EN6 3JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             BUSINESS MOVES LIMITED, 01868346
             4 Acre Road, Reading, RG2 0SX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CLOCKWORK REMOVALS LIMITED, 04200686
             C/O Sagars Gresham House, 5 - 7 St Paul's Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CROWN WORKSPACE LIMITED, 03250579
             Heritage House, 345 Southbury Road, Enfield, EN1 1TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             HARROW GREEN LIMITED, 01742531
             2 Oriental Road, London, E16 2BZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             JOHNSONS 1871 LIMITED, 02372641
             King Edward Court, King Edward Road, Knutsford, WA16 0BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD, 09988381
             13 Village Road, Higher Bebington, Wirral, CH63 8PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PICKFORDS MOVE MANAGEMENT LIMITED, 08044368
             Pickfords Park Laxcon Close, Drury Way, London, NW10 0TG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             RIGHTGREENRECYCLE LIMITED, 09463681
             Unit 11 Cutler Heights Business Park, Cutler Heights Lane, Bradford, BD4 9AW, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: FFE2009 NE Lot 3    
   Lot Number: 3    
   Title: Removals and Relocations: Lot 3 - Container/Crate Hire and/or Purchase, and Packaging Products

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AGM BISHOPS LIMITED, 12733035
             The Heights East, Cranborne Road, Potters Bar, EN6 3JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             BUSINESS MOVES LIMITED, 01868346
             4 Acre Road, Reading, RG2 0SX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CLOCKWORK REMOVALS LIMITED, 04200686
             C/O Sagars Gresham House, 5 - 7 St Paul's Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CROWN WORKSPACE LIMITED, 03250579
             Heritage House, 345 Southbury Road, Enfield, EN1 1TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             JOHN BRADSHAW AND SON LIMITED, 00719614
             Unit4 Tallow Way, Irlam, Manchester, M44 6RJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             JOHNSONS 1871 LIMITED, 02372641
             King Edward Court, King Edward Road, Knutsford, WA16 0BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             SPECIALISED MOVERS LIMITED, 06657750
             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: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: FFE2009NE Lot 4    
   Lot Number: 4    
   Title: Removals and Relocations: Lot 4 - Domestic Style Removals and Relocations

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AGM BISHOPS LIMITED, 12733035
             The Heights East, Cranborne Road, Potters Bar, EN6 3JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CLOCKWORK REMOVALS LIMITED, 04200686
             C/O Sagars Gresham House, 5 - 7 St Paul's Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CROWN WORKSPACE LIMITED, 03250579
             Heritage House, 345 Southbury Road, Enfield, EN1 1TW, 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)
             JOHN BRADSHAW AND SON LIMITED, 00719614
             Unit4 Tallow Way, Irlam, Manchester, M44 6RJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             JOHNSONS 1871 LIMITED, 02372641
             King Edward Court, King Edward Road, Knutsford, WA16 0BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD, 09988381
             13 Village Road, Higher Bebington, Wirral, CH63 8PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PICKFORDS MOVE MANAGEMENT LIMITED, 08044368
             Pickfords Park Laxcon Close, Drury Way, London, NW10 0TG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             RIGHTGREENRECYCLE LIMITED, 09463681
             Unit 11 Cutler Heights Business Park, Cutler Heights Lane, Bradford, BD4 9AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             SPECIALISED MOVERS LIMITED, 06657750
             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: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: FFE2009 NE - Lot 5    
   Lot Number: 5    
   Title: Removals and Relocations: Lot 5 – International Moves

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AGM BISHOPS LIMITED, 12733035
             The Heights East, Cranborne Road, Potters Bar, EN6 3JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CLOCKWORK REMOVALS LIMITED, 04200686
             C/O Sagars Gresham House, 5 - 7 St Paul's Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CROWN WORKSPACE LIMITED, 3250579
             Heritage House, 345 Southbury Road, Enfield, EN1 1TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             JOHNSONS 1871 LIMITED, 02372641
             King Edward Court, King Edward Road, Knutsford, WA16 0BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD, 09988381
             13 Village Road, Higher Bebington, Wirral, CH63 8PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             PICKFORDS MOVE MANAGEMENT LIMITED, 08044368
             Pickfords Park Laxcon Close, Drury Way, London, NW10 0TG, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         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=956602339
   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871754, Email: s.hogg@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 review procedure may be obtained
          NEUPC Ltd
          Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871754, Email: s.hogg@neupc.ac.uk

   VI.5) Date of dispatch of this notice: 17/06/2025

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       NEUPC Ltd
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Email: s.hogg@neupc.ac.uk
       Contact: Steven Hogg
       Main Address: https://www.neupc.ac.uk
       NUTS Code: UK
   
   2: Contracting Authority
       APUC Ltd
       Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
       Email: enquiries@apuc-scot.ac.uk
       Main Address: https://www.apuc-scot.ac.uk/
       NUTS Code: UK
   
   3: Contracting Authority
       Higher Education Purchasing Consortium Wales
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: hepcw@wales.ac.uk
       Main Address: https://www.hepcw.ac.uk/
       NUTS Code: UK
   
   4: Contracting Authority
       London Universities Purchasing Consortium Ltd
       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
   
   5: Contracting Authority
       NWUPC Ltd
       Salford Innovation Forum- Room 210, 51 Frederick Road, Salford, M6 6FP, United Kingdom
       Email: admin@nwupc.ac.uk
       Main Address: https://www.nwupc.ac.uk/
       NUTS Code: UK
   
   6: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: supc@sums.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK



View any Notice Addenda

View Award Notice