Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Removal and Relocation Services.

  • First published: 20 August 2016
  • Last modified: 20 August 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Eastern Universities Purchasing Consortium
Authority ID:
AA20476
Publication date:
20 August 2016
Deadline date:
23 September 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NEUPC is seeking to award a Framework Agreement on behalf of the UK Higher Education Sector for the provision of Removal and Relocation Services.

The lots will be divided as follows:

Lot 1 Commercial Removal and Relocation Services — Maximum 6

Lot 2 Removal and Relocation of Arts and Artifacts — Maximum 3 Suppliers

Lot 3 Removal and Relocation of Laboratory Equipment and Furniture — Maximum 3 Suppliers

Lot 4 Provision of Crate Hire and Purchase — Maximum 3 Suppliers

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.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Eastern Universities Purchasing Consortia

The Leeds Innovation Centre 103 Clarendon Road

Leeds

LS2 9DF

UK

http://www.in-tend.co.uk/neupc

Andy Hughes

+44 1133443957

a.d.hughes@leeds.ac.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Yes

The framework agreement will be made available for use by members of the HEPCW, LUPC, NEUPC, NWUPC and the SUPC. Membership of this community may be subject to change due to the strategic realignment or the inclusion of new members. A complete list of current members of each consortia can be found on the relevant links: http://www.hepcw.ac.uk/files/2013/12/HEPCW-Members1.pdf, http://www.lupc.ac.uk/list-of-members.html, http://www.neupc.ac.uk/our-members, http://www.nwupc.ac.uk/our-members, http://supc.ac.uk/engage/our-members/our-members

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Removal and Relocation Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

2

II.1.2)

Main site or location of works, place of delivery or performance



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

24

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

2 000 00012 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

NEUPC is seeking to award a Framework Agreement on behalf of the UK Higher Education Sector for the provision of Removal and Relocation Services.

The lots will be divided as follows:

Lot 1 Commercial Removal and Relocation Services — Maximum 6

Lot 2 Removal and Relocation of Arts and Artifacts — Maximum 3 Suppliers

Lot 3 Removal and Relocation of Laboratory Equipment and Furniture — Maximum 3 Suppliers

Lot 4 Provision of Crate Hire and Purchase — Maximum 3 Suppliers

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.

II.1.6)

Common Procurement Vocabulary (CPV)

98392000
44619300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Lot 1 — General Commercial Moves

Bidders are required to provide a professional commercial removal and relocation service. Requirements will include but not be limited to the movement of:

Office equipment and furniture.

Computing and IT equipment.

Workshop equipment.

Library Equipment.

It is envisaged that the geographic lots will be delivered in several regional lots, this is designed to encourage the engagement with SMEs and benefit to the end user and local economies.

Additional scope of this framework includes provision of temporary storage and archiving, hire of removal and relocation equipment and Project Management of relocation projects.

Lot 2 — Specialist Arts and Artefacts

In addition to the specification for lot 1 specialist companies will be required to provide a removal and relocation service for Arts and Artefacts. A number of the members of the participating consortia have high value artefacts that will require specialist skill sets for relocation. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the requirement of some leading institutions in the field.

Lot 3 — Laboratory Moves

In addition to the general requirements for lot 1 bidders will be expected to provide a service to relocate laboratory equipment and delicate machinery of various sizes. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the service on a national level.

Lot 4 — Crate Hire

Bidders will be expected to provide a national provision of crate hire for members who have internal resources available to facilitate their own requirements. A range of sizes will be required. Delivery and collection to specified site is essential.

II.2.2)

Options

The will be 2 optional extension periods of up to 12 months each.

Provisional timetable for recourse to these options

36

Number of possible renewals

2

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

12

II.3)

Duration of the contract or limit for completion

 3-10-2016 2-10-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

30 days nett of agreed invoice.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and Several Liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.

III.2.2)

Economic and financial capacity




As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.


III.2.3)

Technical capacity




As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

FFE2004NE

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 23-09-2016

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 23-09-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

3 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


48 months.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The initial framework is not subject to any external funding but it should be noted that individual call offs may involve funding from external sources to procuring members. Further details will be provided if applicable within any further competitions.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


NEUPC Ltd

Leeds Innovation Centre 103 Clarendon Rd

Leeds

LS2 9DF

UK

a.d.hughes@leeds.ac.uk



Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 18-08-2016

ANNEX B

Information About Lots

1     Commercial Removal and Relocation Services

1)

Short Description

Lot 1 — General Commercial Moves — Up to 6 suppliers per regional area

Bidders are required to provide a professional commercial removal and relocation service. Requirements will include but not be limited to the movement of:

Office equipment and furniture.

Computing and IT equipment.

Workshop equipment.

Library Equipment.

It is envisaged that the geographic lots will be delivered in several regional lots, this is designed to encourage the engagement with SMEs and benefit to the end user and local economies.

Additional scope of this framework includes provision of temporary storage and archiving, hire of removal and relocation equipment and Project Management of relocation projects.

2)

Common Procurement Vocabulary (CPV)

98392000

3)

Quantity or scope

Lot 1 — General Commercial Moves

Bidders are required to provide a professional commercial removal and relocation service. Requirements will include but not be limited to the movement of:

Office equipment and furniture.

Computing and IT equipment.

Workshop equipment.

Library Equipment.

It is envisaged that the geographic lots will be delivered in several regional lots, this is designed to encourage the engagement with SMEs and benefit to the end user and local economies.

Additional scope of this framework includes provision of temporary storage and archiving, hire of removal and relocation equipment and Project Management of relocation projects.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Relocation of Art and Artifacts

1)

Short Description

Lot 2 — Specialist Arts and Artifacts — Up to 3 suppliers

In addition to the specification for lot 1 specialist companies will be required to provide a removal and relocation service for Arts and Artifacts. A number of the members of the participating consortia have high value artifacts that will require specialist skill sets for relocation. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfill the requirement of some leading institutions in the field.

2)

Common Procurement Vocabulary (CPV)

98392000

3)

Quantity or scope

Lot 2 — Specialist Arts and Artifacts

In addition to the specification for lot 1 specialist companies will be required to provide a removal and relocation service for Arts and Artifacts. A number of the members of the participating consortia have high value artifacts that will require specialist skill sets for relocation. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfill the requirement of some leading institutions in the field.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Removal & Relocation of Laboratory Equipment and Furniture

1)

Short Description

Lot 3 — Laboratory Moves — Up to 3 Suppliers

In addition to the general requirements for lot 1 bidders will be expected to provide a service to relocate laboratory equipment and delicate machinery of various sizes. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the service on a national level.

2)

Common Procurement Vocabulary (CPV)

98392000

3)

Quantity or scope

Lot 3 — Laboratory Moves

In addition to the general requirements for lot 1 bidders will be expected to provide a service to relocate laboratory equipment and delicate machinery of various sizes. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the service on a national level.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Crate Hire and Purchase

1)

Short Description

Lot 4 — Crate Hire — Up to 3 Suppliers

Bidders will be expected to provide a national provision of crate hire and sale for members who have internal resources available to facilitate their own requirements. A range of sizes will be required. Delivery and collection to specified site is essential.

2)

Common Procurement Vocabulary (CPV)

44619300

3)

Quantity or scope

Lot 4 — Crate Hire

Bidders will be expected to provide a national provision of crate hire and sale for members who have internal resources available to facilitate their own requirements. A range of sizes will be required. Delivery and collection to specified site is essential.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
44619300 Crates Other containers
98392000 Relocation services Other services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
a.d.hughes@leeds.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.