Skip to main content.

NEUPC Ltd: Couriers Services

  NEUPC Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Couriers Services
Notice type: Contract Award 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 this 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 are 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: 22/04/2024 10:24

View Full Notice

UK-Leeds: Post and courier 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 7881715114, Email: w.mendrek@neupc.ac.uk
       Contact: Will Mendrek
       Main Address: https://www.neupc.ac.uk/, Address of the buyer profile: https://www.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: 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 this 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 are 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.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 14,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:UK/Domestic Courier Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            64120000 - Courier 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: 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:
      Quality criterion - Name: Responsible Procurement / Weighting: 8
      Quality criterion - Name: Added Value / Weighting: 2
      Quality criterion - Name: Service Provision / Weighting: 25
      Quality criterion - Name: Contract and Framework Management / Weighting: 5
                  
      Cost criterion - Name: 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): 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: 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 code(s):
            64100000 - Post and courier 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: 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:
      Quality criterion - Name: Responsible Procurement / Weighting: 8
      Quality criterion - Name: Added Value / Weighting: 2
      Quality criterion - Name: Service Provision / Weighting: 25
      Quality criterion - Name: Contract and Framework Management / Weighting: 5
                  
      Cost criterion - Name: 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 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: 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 code(s):
            63521000 - Freight transport agency services.
            64120000 - Courier services.
            64121000 - Multi-modal courier 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: 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:
      Quality criterion - Name: Responsible Procurement / Weighting: 8
      Quality criterion - Name: Added Value / Weighting: 2
      Quality criterion - Name: Service Provision / Weighting: 25
      Quality criterion - Name: Contract and Framework Management / Weighting: 5
                  
      Cost criterion - Name: 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): Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.

      II.2.14) Additional information: 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 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: 2023/S 000-029115
      
   

   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: 1    
   Lot Number: 1    
   Title: UK/Domestic Courier Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Royal Mail Group Limited, 04138203
             185 Farringdon Road, London, EC1A 1AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             DPD Group UK LTD, 00732993
             Roebuck Lane, Smethwick, B66 1BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             DHL International, 01184988
             Southern Hub, Unit 1, Horton Road, Colnbrook, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Outspoken Logistics, 09493049
             International House, 126 Colmore Row, Birmingham, B3 3AP, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: International Courier & Mail Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DHL International, 01184988
             Southern Hub, Unit 1, Horton Road, Colnbrook, SL3 0BB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             DPD Group, 00732993
             Roebuck Lane, Smethwick, B66 1BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Royal Mail Group, 04138203
             185 Farringdon Road, London, EC1A 1AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Logistica Europe, 08892273
             5 Carousel Way, Riverside Prime, Northampton, NN3 9HG, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 3    
   Title: Specialist Courier Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Citysprint (UK), 04327611
             Red Central, 60 High Street, Redhill, RH1 1SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Same Day Dispatch, 07998607
             Crown House, Old Gloucester Street, London, WC1N 3AX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Royal Mail Group, 04138203
             185 Farringdon Road, London, EC1A 1AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             DHL International, 01184988
             Southern Hub, Unit 1, Horton Road, Colnbrook, SL3 0BB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Skynet Worldwide Express, 04334961
             Skynet House, 18-21 Pulborough Way, Hounslow, TW4 6DE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Axis Global Freight Services, 05851783
             99 Church Street, Rockmansworth, WD3 1JJ, 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: 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: 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 frame NEUPC members are listed: https://www.neupc.ac.uk/who-are-our-members
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=853464418

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          International Dispute Resolution Centre
          International Dispute Resolution Centre, 70 Fleet Street, 103 Clarendon Road, 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 review procedure may be obtained
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom

   VI.5) Date of dispatch of this notice: 22/04/2024

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   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
   
   2: 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: http://www.hepcw.ac.uk, Address of the buyer profile: https://www.hepcw.ac.uk/members
       NUTS Code: UK
   
   3: Contracting Authority
       North Western Universities Purchasing Consortium Ltd
       Room 404, 4th Floor, Crescent Hhouse, University of Salord, Manchester, M5 4WT, United Kingdom
       Email: enquiries@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
   
   4: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Centre, 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



View any Notice Addenda

View Award Notice