Skip to main content.

NEUPC Ltd: Courier Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Courier Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Open
Short Description: The HE Sector requires a secure end to end couriers service for 3 specific specialisms: Lot 1: UK Domestic Couriers Services Lot 2: International Couriers Services Lot 3: Transport of Dangerous & Hazardous Goods General requirements for all lots will be to provide a secure end to end service, collecting packages up to 30kg in weight from a specified location and delivering to the agreed recipient within established timescales.
Published: 04/06/2019 22:08
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 1134871756, Email: a.hughes@neupc.ac.uk
             Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.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: 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./36W2W84NHN
      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: Courier Services       
      Reference Number: PMR2003 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 HE Sector requires a secure end to end couriers service for 3 specific specialisms:

Lot 1: UK Domestic Couriers Services
Lot 2: International Couriers Services
Lot 3: Transport of Dangerous & Hazardous Goods

General requirements for all lots will be to provide a secure end to end service, collecting packages up to 30kg in weight from a specified location and delivering to the agreed recipient within established timescales.       
      II.1.5) Estimated total value:
      Value excluding VAT: 30,750,000       
      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 delivery service for non-hazardous goods up to the weight of 30kg within the UK.

A maximum of 6 bidders will be awarded to this Lot.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,000,000       
      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: Yes       
      Description of renewals: The framework will be awarded for a 36 month period wit the possible extension of 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: This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015       
II.2) Description Lot No. 2
      
      II.2.1) Title: International Courier Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      64100000 - Post and courier services.
      64120000 - Courier services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of an International Couriers Delivery Service to the HE Sector. In addition advice must be provided on:
•Import and Export Duty
•Import and Export Regulations on restricted or embargoed locations
•Restrictions on types of goods that may be imported/exported

A maximum of 6 bidders will be awarded to this lot.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 24,000,000       
      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: Yes       
      Description of renewals: An initial period of 36 months will be awarded with the option to extend for a further 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 this opportunity please click here: https://neupc.delta-esourcing.com/respond/36W2W84NHN
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015       
II.2) Description Lot No. 3
      
      II.2.1) Title: Transport of Dangerous and Hazardous Goods       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      64100000 - Post and courier services.
      64120000 - Courier services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Potential transport of:
· Diagnostic Specimens/samples
· Aortic Heart Valves
· DNA Samples
· Blood and Serum Samples
· Medical Samples
· Animal Tissue samples
· Human Tissue samples
· Antibody Samples
· Infectious samples
· Live Animal Shipments
· Frozen/Dry Ice
· Refrigerated/Gel Packs
· Ambient/Dry Ice
· Ambient/Liquid Nitrogen
· Ambient/No Refrigerant
· Ambient

A maximum of 6 bidders will be awarded to this lot.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 750,000       
      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: Yes       
      Description of renewals: An initial award of 36 months with the option to extend for a further 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: This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015       


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: 18           
         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: 04/07/2019 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: 04/07/2019
         Time: 11:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 48 Months
   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./36W2W84NHN

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/36W2W84NHN
   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 1134871756, Email: a.hughes@neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@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 lodging of appeals may be obtained:
          NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756
   VI.5) Date Of Dispatch Of This Notice: 04/06/2019

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
       NEUPC
       Floor 3 Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Contact: Andy Hughes
       Main Address: http://www.neupc.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:
      2: Contracting Authority
       London Universities Purchasing Consortia
       Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: https://www.lupc.ac.uk/members-list
       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 West Universities Purchasing Consortia
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: sarah.dye@manchester.ac.uk
       Main Address: 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
       APUC
       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/#&information
       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
       Higher Education Purchasing Consortia for Wales
       8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: hepcw@wales.ac.uk
       Main Address: http://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:
      6: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/about-us/our-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:
      7: Contracting Authority
       Crescent Purchasing Consortium
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Email: helpdesk@thecpc.ac.uk
       Main Address: https://www.thecpc.ac.uk/members/
       NUTS Code: UK

View any Notice Addenda

Courier Services

UK-Leeds: Post and courier services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Courier Services      Reference number: PMR2003 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 HE Sector requires a secure end to end couriers service for 3 specific specialisms:

Lot 1: UK Domestic Couriers Services
Lot 2: International Couriers Services
Lot 3: Transport of Dangerous & Hazardous Goods

General requirements for all lots will be to provide a secure end to end service, collecting packages up to 30kg in weight from a specified location and delivering to the agreed recipient within established timescales.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 10/06/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 231316   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 04/06/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VI.3.1          
         Lot No: Not provided          
         Place of text to be modified: 6.3          
         Instead of: https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./36W2W84NHN          
         Read: For clarity each lot must be bid for separately. Links for individual lots are:

UK Domestic Courier Services https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./36W2W84NHN

International Courier Services https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./92P342J682

Transport of Dangerous and Hazardous Goods https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./4E79DHG47K
                                    
   
VII.2) Other additional information: For clarity each lot must be bid for separately using the below links:

UK Domestic Courier Services https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./36W2W84NHN

International Courier Services https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./92P342J682

Transport of Dangerous and Hazardous Goods https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Post-and-courier-services./4E79DHG47K
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=405068294


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          NEUPC
          Floor 3 Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
          Contact: Andy Hughes
          Main Address: http://www.neupc.ac.uk/our-members
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      2. Contracting Authority/Entity:
          London Universities Purchasing Consortia
          Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
          Email: enquiries@lupc.ac.uk
          Main Address: https://www.lupc.ac.uk/members-list
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      3. Contracting Authority/Entity:
          North West Universities Purchasing Consortia
          Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
          Email: sarah.dye@manchester.ac.uk
          Main Address: https://www.nwupc.ac.uk/our-members
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      4. Contracting Authority/Entity:
          APUC
          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/#&information
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      5. Contracting Authority/Entity:
          Higher Education Purchasing Consortia for Wales
          8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
          Email: hepcw@wales.ac.uk
          Main Address: http://www.hepcw.ac.uk/members/
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      6. Contracting Authority/Entity:
          Southern Universities Purchasing Consortium
          Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
          Email: supc@reading.ac.uk
          Main Address: https://www.supc.ac.uk/about-us/our-members/our-members
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      7. Contracting Authority/Entity:
          Crescent Purchasing Consortium
          Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
          Email: helpdesk@thecpc.ac.uk
          Main Address: https://www.thecpc.ac.uk/members/
          NUTS Code: UK

View Award Notice

UK-Leeds: Post and courier 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 1134871756, Email: a.hughes@neupc.ac.uk
       Contact: Andy Hughes
       Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.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: 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: Courier Services            
      Reference number: PMR2003 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 HE Sector requires a secure end to end couriers service for 3 specific specialisms:

Lot 1: UK Domestic Couriers Services
Lot 2: International Couriers Services
Lot 3: Transport of Dangerous & Hazardous Goods

General requirements for all lots will be to provide a secure end to end service, collecting packages up to 30kg in weight from a specified location and delivering to the agreed recipient within established timescales.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 30,750,000
                  
         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 delivery service for non-hazardous goods up to the weight of 30kg within the UK.

A maximum of 6 bidders will be awarded to this Lot.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      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: This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015

   II.2) Description (lot no. 2)
   

      II.2.1) Title:International Courier Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            64100000 - Post and courier services.
            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: Supply of an International Couriers Delivery Service to the HE Sector. In addition advice must be provided on:
•Import and Export Duty
•Import and Export Regulations on restricted or embargoed locations
•Restrictions on types of goods that may be imported/exported

A maximum of 6 bidders will be awarded to this lot.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/36W2W84NHN
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Transport of Dangerous and Hazardous Goods   
      Lot No:3

      II.2.2) Additional CPV code(s):
            64100000 - Post and courier services.
            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: Potential transport of:
· Diagnostic Specimens/samples
· Aortic Heart Valves
· DNA Samples
· Blood and Serum Samples
· Medical Samples
· Animal Tissue samples
· Human Tissue samples
· Antibody Samples
· Infectious samples
· Live Animal Shipments
· Frozen/Dry Ice
· Refrigerated/Gel Packs
· Ambient/Dry Ice
· Ambient/Liquid Nitrogen
· Ambient/No Refrigerant
· Ambient

A maximum of 6 bidders will be awarded to this lot.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      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: This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR2015


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: 2019/S 110-268825
      
   

   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: 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: 02/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             City Sprint UK, 4327611
             Ground Floor Red Central, 60 High Street, Redhill, RH1 1SH, United Kingdom
             Tel. +44 7467372859
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             DHL Express UK Ltd, 1184988
             Unit 1 Horton rd, Colnbrook, Slough, SL3 0BB, United Kingdom
             Tel. +44 1753283800
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Deltec International Ltd, 1925142
             International House, Ledson Rd, Wythenshawe, Manchester, M23 9LP, United Kingdom
             Tel. +44 1619454332
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Royalmail Group Ltd, 4138203
             100 Victoria Embankment, London, EC4Y 0HQ, United Kingdom
             Tel. +44 7843290617
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Fedex Express UK Ltd, 01541168
             Express House, Holly Lane, Atherstone, CV9 2RY, United Kingdom
             Tel. +44 7787294182
             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: 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 Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (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: 6

      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 Express UK Ltd, 1184988
             Unit 1 Horton rd, Colnbrook, Slough, SL3 0BB, United Kingdom
             Tel. +44 1753283800
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Your Special Delivery Service, 7608417
             Unit 1 Carlton Industrial Estate, Pickering Street, Leeds, LS12 2QG, United Kingdom
             Tel. +44 1132774417
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Citysprint UK Ltd, 4327611
             Ground Floor Red Central, 60, Redhill, RH1 1SH, United Kingdom
             Tel. +44 7467372859
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Logistica Worldwide Ltd, 4662065
             5a Saddleback Road, Westgate industrial estate, Northampton, NN5 5HL, United Kingdom
             Tel. +44 7814876550
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Royalmail Group Plc, 4138203
             100 Victoria Embankment, London, EC4Y 0HQ, United Kingdom
             Tel. +44 7843290617
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Deltec International Limited, 1925142
             International House, Ledson Rd, Wythenshawe, Manchester, M23 9LP, United Kingdom
             Tel. +44 1619454332
             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: 24,000,000          
         Total value of the contract/lot: 24,000,000
         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: Transport of Dangerous & Hazardous Goods

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Fedex Express UK Ltd T/A TNT UK Ltd, 01628530
             Express House, Holly Lane, Atherstone, CV9 2RY, United Kingdom
             Tel. +44 7787294182
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Your Special Delivery Service, 7608417
             Unit 1, Carlton Industrial Estate, Leeds, LS12 2QG, United Kingdom
             Tel. +44 1132774417
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Citysprint Uk Ltd, 4327611
             Ground Floor Red Central, 60, Redhill, RH1 1SH, United Kingdom
             Tel. +44 7467372859
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Topspeed Couriers, 02355055
             Unit 12 Ion Path off rd Three, Winsford Industrrial Estates, Winsford, CW7 3BX, United Kingdom
             Tel. +44 1565631840
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             DHL Express Uk Ltd, 1184988
             Unit 1 Horton rd, Colnbrook, Slough, SL3 0BB, United Kingdom
             Tel. +44 1753283800
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Deltec International Limited, 1925142
             International House, Ledson Rd, Wythenshawe, Manchester, M23 9LP, United Kingdom
             Tel. +44 1619454332
             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: 750,000          
         Total value of the contract/lot: 750,000
         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=434295490

   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 1134871756, Email: a.hughes@neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@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
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756

   VI.5) Date of dispatch of this notice: 02/10/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       NEUPC
       Floor 3 Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Contact: Andy Hughes
       Main Address: http://www.neupc.ac.uk/our-members
       NUTS Code: UK
   
   2: Contracting Authority
       London Universities Purchasing Consortia
       Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
       Tel. +44 2073072760, Email: enquiries@lupc.ac.uk
       Main Address: https://www.lupc.ac.uk/members-list
       NUTS Code: UK
   
   3: Contracting Authority
       North West Universities Purchasing Consortia
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Tel. +44 1612348000, Email: sarah.dye@manchester.ac.uk
       Main Address: https://www.nwupc.ac.uk/our-members
       NUTS Code: UK
   
   4: Contracting Authority
       APUC
       Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
       Tel. +44 1314428930, Email: enquiries@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/#&information
       NUTS Code: UK
   
   5: Contracting Authority
       Higher Education Purchasing Consortia for Wales
       8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Tel. +44 2920874016, Email: hepcw@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/members/
       NUTS Code: UK
   
   6: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Tel. +44 1189357081, Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/about-us/our-members/our-members
       NUTS Code: UK
   
   7: Contracting Authority
       Crescent Purchasing Consortium
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Tel. +44 8000662188, Email: helpdesk@thecpc.ac.uk
       Main Address: https://www.thecpc.ac.uk/members/
       NUTS Code: UK