Skip to main content.

NEUPC Ltd: Couriers Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Couriers Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Open
Short Description: The North Eastern Universities Purchasing Consortia (NEUPC) is acting as the lead party in the re-tender to create a Framework for Couriers Services for the Higher Education Sector. The HE Sector requires a secure end to end couriers service for 3 specific specialisms: Lot 1 UK/Domestic Courier Services Lot 2 International Courier & Mail Services Lot 3 Specialist Courier Services A separate tender return must be submitted for each Lot bid for. All agreements resulting from this ITT shall be available to and apply to: (i)all current Participating Consortia and Members who are "contracting authorities" (as defined in The Public Contracts Regulations 2015). (ii)all current Participating Consortia and Members who currently, and may in the future, fall outside of the legal definition of "bodies governed by public law" for the purposes of The Public Contracts Regulations 2015.
Published: 03/10/2023 12:40
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Post and courier 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 1134871754, Email: s.hogg@neupc.ac.uk
             Contact: Steven Hogg
             Main Address: https://neupc.ac.uk/, Address of the buyer profile: https://neupc.ac.uk/about-us
             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:-Post-and-courier-services./2ZN973G38N
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/ 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: Couriers Services       
      Reference Number: PMR2005 NE
      II.1.2) Main CPV Code:
      64100000 - Post and courier services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The North Eastern Universities Purchasing Consortia (NEUPC) is acting as the lead party in the re-tender to create a Framework for Couriers Services for the Higher Education Sector.

The HE Sector requires a secure end to end couriers service for 3 specific specialisms:
Lot 1 UK/Domestic Courier Services
Lot 2 International Courier & Mail Services
Lot 3 Specialist Courier Services

A separate tender return must be submitted for each Lot bid for.

All agreements resulting from this ITT shall be available to and apply to:
(i)all current Participating Consortia and Members who are "contracting authorities" (as defined in The Public Contracts Regulations 2015).
(ii)all current Participating Consortia and Members who currently, and may in the future, fall outside of the legal definition of "bodies governed by public law" for the purposes of The Public Contracts Regulations 2015.       
      II.1.5) Estimated total value:
      Value excluding VAT: 14,000,000       
      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/Domestic Courier Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      64120000 - Courier services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Coverage of all UK areas either through direct routes or sub-contracting of some routes to enable a secure parcel delivery service for non-hazardous goods up to the weight of 30kg within the UK.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      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: The framework will be awarded for an initial 36 month period with an option to extend for 12 months.
      
      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 framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.             
      II.2.14) Additional information: To respond to Lot1 for this opportunity please click here: https://neupc.delta-esourcing.com/respond/2ZN973G38N

The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.       
II.2) Description Lot No. 2
      
      II.2.1) Title: International Courier & Mail Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      64100000 - Post and courier services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Coverage of all areas outside the UK either through direct routes or sub-contracting of some routes to enable:

i.A secure parcel delivery service for non-hazardous goods up to the weight of 30kg.

ii.A global mail delivery service including:
•Collection from any member institution for outbound delivery to any destination outside of the UK (allowing for prohibited lists).
•Inbound services

iii.In addition to the general requirements the awarded Suppliers will be required to provide professional advice where required, including but not limited to:
•Import and Export Duty
•Import and Export Regulations on restricted or embargoed locations
•Restrictions on types of goods that may be imported/exported
•HMRC Regulation and regulation at point of delivery.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      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: The framework will be awarded for an initial 36 month period with an option to extend for 12 months.
      
      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 framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.             
      II.2.14) Additional information: To respond to Lot2 for this opportunity please click here: https://neupc.delta-esourcing.com/respond/YX38Y5WU7C

The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Specialist Courier Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      63521000 - Freight transport agency services.
      64120000 - Courier services.
      64121000 - Multi-modal courier services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Services offered that are not covered within Lot 1 and Lot 2, e.g. Including but not limited to any one or more than one of:
•Dangerous Goods eg Including but not limited to any one or more than one of:
ClassType of material
2.1 Flammable gas (for example butane)
2.2 Non-flammable and non-toxic gases which could cause asphyxiation (for example nitrogen, helium, carbon dioxide) or oxidisers (for example oxygen)
2.3 Toxic gases (for example chlorine, phosgene)
3 Flammable liquids (for example lighter fluid, petrol)
4.1 Flammable solids, self-reactive substances and solid desensitised explosives
4.2 Substances liable to spontaneous combustion
4.3 Substances which, in contact with water, emit flammable gases
5.1 Oxidising substances
5.2 Organic peroxides
6.1 Toxic substances
6.2 Infectious substances
7 Radioactive material
8 Corrosive substances
9 Miscellaneous dangerous substances and articles

•Exhibition Freight - mainly related to International Student Recruitment fairs arranged by organisations such as the British Council.
•Other Freight – Transport of large/heavier than 30kg items requiring specialist packaging
•Same Day Delivery (subject to restrictions such as distance/range and collection times)
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      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: The framework will be awarded for an initial 36 month period with an option to extend for 12 months.
      
      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 framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.             
      II.2.14) Additional information: To respond to Lot3 for this opportunity please click here: https://neupc.delta-esourcing.com/respond/D38D6958Q7

The framework is open to all members of HE Regional Consortia listed in this notice regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.       


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: 14           
         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: 06/11/2023 Time: 12:00
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/11/2023
         Time: 12:15
      

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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./2ZN973G38N

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2ZN973G38N
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC Ltd
       Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871750
   VI.4.2) Body responsible for mediation procedures:
             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: 03/10/2023

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
       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, Address of the buyer profile: https://www.lupc.ac.uk/members/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
       APUC Ltd
       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, Address of the buyer profile: https://www.apuc-scot.ac.uk/#!/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:
      3: Contracting Authority
       North Western Universities Purchasing Consortium Ltd
       Room 404, 4th Floor, Crescent House, University of Salford, Manchester, M5 4WT, United Kingdom
       Email: Laura.Hills@nwupc.ac.uk
       Main Address: https://www.nwupc.ac.uk, Address of the buyer profile: https://www.nwupc.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:
      4: 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/, Address of the buyer profile: https://www.hepcw.ac.uk/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:
      5: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/, Address of the buyer profile: https://www.supc.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:
      6: Contracting Authority
       Crescent Purchasing Ltd
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Email: helpdesk@thecpc.ac.uk
       Main Address: https://www.thecpc.ac.uk/, Address of the buyer profile: https://www.thecpc.ac.uk/members/
       NUTS Code: UK

View any Notice Addenda

View Award Notice