The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
Removals and Relocations Services
Reference number: FFE2009 NE
II.1.2) Main CPV code
98392000
II.1.3) Type of contract
Services
II.1.4) Short description
Suppliers are required to provide a professional commercial removal and relocation service using fit for purpose vehicles, storage facilities and appropriately qualified/experienced staff
Requirements may vary in size, frequency and range, anything from:
Known, small scale jobs, indicative of lower value/risk project work undertaken by one man and a van service (eg up to Luton van size of vehicle) for example and without limitation:
•uncomplicated, un-forecasted removal of effects required within limited timescales
•portering sevices/ packing
•minor office moves
to
Complex campus relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to:
•Defining Client Requirements
•Space Planning / Control Procedures
•Move Planning and Preparation
•Secure Warehouse/ Storage Solution
•Customs Clearance Document Advice/Preparation and Management
•Post Move Contract Management / Aftercare
or
Retrieval of a fine art or library collection from storage and its relocation to the site for the purpose of exhibiting, comprising of all or any of the following:
•Defining Client Requirements
•Transportation of effects by road, sea or air
•Specialised Vehicles
•Case Making and Packing services
•Secure Warehouse/ Storage Solution
•Other services: Insurance Cover, Fully comprehensive Transit Insurance, Documentation, Picture Hanging Services
•Customs Clearance Document Advice/Preparation and Management
•Post Move Contract Management / Aftercare
II.1.5) Estimated total value
Value excluding VAT:
11 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Lot No: 1
II.2.1) Title
General (Low Value Items / Lower Risk) Commercial Removals and Relocations
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Known, small scale jobs, of items that are generally lower individual value or require a lower level of specialist handling eg office furniture, filing etc. Appropriateness to be determined by the agreement user
May include packing and unpacking services, and off-site storage
Requirements will include, but not be limited to:
•the complete removal of all effects from and to, one or more locations
•the part relocation of effects
•the repositioning of effects within one or more rooms and buildings
•to collect goods from an Institution Store, deliver to one or more locations
•advice on the packing of effects
•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves
•the supply of staff
•the supply of packing crates, containers or cartons
•the collection and retrieval of effects
•the secure storage of effects
•removal and safe disposal of protective materials from the site
Effects may include but will not be limited to:
•Documents
•Office equipment and furniture
The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:
•crates/cartons
•pallets
•irregularly shaped items requiring bespoke protection/packaging
A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.
Requirements may vary in size, frequency and range
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/Y65QE3VV45
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:
4 000 000.00
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
Lot No: 2
II.2.1) Title
Specialist (High Value Items / Higher Risk) Commercial Removals and Relocations
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Larger scale complex jobs, of items that are generally higher individual value or require a higher level of specialist handling eg IT Equipment, Laboratory Equipment, Engineering/Workshop Equipment, Art Museum and High Value Artefacts, Library Collections etc. May include packing and unpacking services, and off-site storage. Appropriateness to be determined by the agreement user
Suppliers to confirm the specialisms they can satisfy
Requirements will include, but not be limited to:
•the complete removal of all effects from and to, one or more locations
•the part relocation of effects
•the repositioning of effects within one or more rooms and buildings
•to collect goods from an Institution Store, deliver to one or more locations
•advice on the packing of effects
•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves
•the supply of staff
•the supply of packing crates, containers or cartons
•the collection and retrieval of effects
•the secure storage of effects
•removal and safe disposal of protective materials from the site
Effects may include but will not be limited to:
•Computing and IT equipment
•Workshop equipment
•Library Equipment and/or books and/or collections
•Arts and artefacts, eg:
Paintings, drawings, mosaics,
Artworks of printmaking and calligraphy,
fine-art photography,
sculptures
artefacts
jewellery, etc.
The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:
•crates/cartons
•pallets
•irregularly shaped items requiring bespoke protection/packaging
A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.
Requirements may vary in size, frequency and range
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/647H4Y6A24
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:
4 000 000.00
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
Lot No: 3
II.2.1) Title
Container/Crate Hire and/or Purchase, and Packaging Products
II.2.2) Additional CPV code(s)
44619300
44617000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Members may require the supply of packing/storage containers/crates on a hire basis, or to purchase. And other packaging products to purchase. A general purpose crate with lid are by far the most common crate used, however a comprehensive range of containers should be available
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/5H545Q8S39
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:
500 000.00
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
Lot No: 4
II.2.1) Title
Domestic Style Removals and Relocations
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
eg employee relocation (within UK), porter style assistance for students moving into university accommodation
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/R57ZU9SHR9
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:
500 000.00
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
Lot No: 5
II.2.1) Title
International Moves
II.2.2) Additional CPV code(s)
98392000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
Complex relocation project requiring complete move planning & management service for capital and high risk/value projects. The services to be provided may comprise of all or any of the following but not be limited to:
•Defining Client Requirements
•Space Planning / Control Procedures
•Move Planning and Preparation
•Secure Warehouse/ Storage Solution
•Customs Clearance Document Advice/Preparation and Management
•Post Move Contract Management / Aftercare
Not employee relocation
Requirements will include, but not be limited to:
•the complete removal of all effects from and to, one or more locations
•the part relocation of effects
•the repositioning of effects within one or more rooms and buildings
•to collect goods from an Institution Store, deliver to one or more locations
•advice on the packing of effects
•the packing of effects prior to removal, in particular for specialist (high value items / higher risk) removals, and international moves
•the supply of staff
•the supply of packing crates, containers or cartons
•the collection and retrieval of effects
•the secure storage of effects
•removal and safe disposal of protective materials from the site
Effects may include but will not be limited to:
•Documents
•Office equipment and furniture
•Computing and IT equipment
•Workshop equipment
•Library Equipment and/or books and/or collections
•Arts and artefacts, eg:
Paintings, drawings, mosaics,
Artworks of printmaking and calligraphy,
fine-art photography,
sculptures
artefacts
jewellery, etc.
The Supplier should be able to collect and transport any size, weight or quantity of effects packed in a variety of styles including but not limited to:
•crates/cartons
•pallets
•irregularly shaped items requiring bespoke protection/packaging
A reliable and efficient service delivery is crucial to the smooth running of the Members services across several departments.
Requirements may vary in size, frequency and range
A separate bid must be submitted for each Lot
To respond to this opportunity, please go to:
https://neupc.delta-esourcing.com/respond/8XFK2U7Z2H
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:
2 000 000.00
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 is expected to be renewed in 2029, appropriate notices and invitation to tender will be issued when necessary
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under
no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting
documentation.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Suppliers will be based solely on the criteria set out for the procurement in the ITT.
Please see the ITT document Section 1.6 for any possible variances to the number of
(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 "contracting authorities" or "bodies governed by public law" for the purposes of The Public Contracts Regulations (PCR) 2015.
This agreement will be open to Members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Relocation-services./Y65QE3VV45