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

Removals and Relocations Services

  • First published: 01 December 2024
  • Last modified: 01 December 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048991
Published by:
NEUPC Ltd
Authority ID:
AA20467
Publication date:
01 December 2024
Deadline date:
06 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Contact person: Steven Hogg

Telephone: +44 1134871754

E-mail: s.hogg@neupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://neupc.ac.uk/

Address of the buyer profile: https://www.neupc.ac.uk/join/members/who-are-our-members

I.1) Name and addresses

APUC Ltd

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

UK

E-mail: enquiries@apuc-scot.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.apuc-scot.ac.uk

Address of the buyer profile: https://www.apuc-scot.ac.uk/#!/members

I.1) Name and addresses

Higher Education Purchasing Consortium Wales

8th Floor, 30-36 Newport Road

Cardiff

CF24 0DE

UK

E-mail: hepcw@wales.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.hepcw.ac.uk/

Address of the buyer profile: https://www.hepcw.ac.uk/members/

I.1) Name and addresses

London Universities Purchasing Consortium Ltd

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

UK

E-mail: enquiries@lupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.lupc.ac.uk

Address of the buyer profile: https://www.lupc.ac.uk/members/our-members/

I.1) Name and addresses

NWUPC Ltd

Salford Innovation Forum- Room 210, 51 Frederick Road

Salford

M6 6FP

UK

E-mail: admin@nwupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwupc.ac.uk/

Address of the buyer profile: https://www.nwupc.ac.uk/members/

I.1) Name and addresses

Southern Universities Purchasing Consortium

Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

UK

E-mail: supc@sums.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.supc.ac.uk/

Address of the buyer profile: https://www.supc.ac.uk/our-members/

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://neupc.delta-esourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://neupc.delta-esourcing.com/


Tenders or requests to participate must be sent to the abovementioned address


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

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

II.2) Description

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to provide confirmation of the the regions to cover , and satisfactory evidence of the resources to satisfy (regional offices/locations, number of admin and service/operational staff in each location, other resources tools and equipment etc, and membership of appropriate trade bodies relevant to the services offered.

For Lot 2, in relation to art museum and high value artefacts, in order for Members to be able use Suppliers to transport objects from museums’ collection, transport contractors must be approved for the Government Indemnity Scheme (https://www.artscouncil.org.uk/supporting-arts-museums-and-libraries/supporting-collections-and-cultural-property/government-indemnity-scheme)


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See ITT and terms & conditions

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about 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:

2024/S 000-025290

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/01/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 06/01/2025

Local time: 12:30

Information about authorised persons and opening procedure:

Bids will be opened after the ITT deadline passes, by suitably qualified NEUPC staff, bids opened from the Delta system

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

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

Suppliers to be appointed to this Framework

All agreements resulting from this ITT shall be available to and apply to:

(i)all current Participating Consortia and Members who are "contracting authorities" (as

defined in The Public Contracts Regulations 2015).

(ii)all current Participating Consortia and Members who currently, and may in the future, fall

outside of the legal definition of "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

To respond to this opportunity, please click here:

https://neupc.delta-esourcing.com/respond/Y65QE3VV45

GO Reference: GO-20241127-PRO-28679515

VI.4) Procedures for review

VI.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

VI.4.4) Service from which information about the review procedure may be obtained

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

E-mail: s.hogg@neupc.ac.uk

VI.5) Date of dispatch of this notice

27/11/2024

Coding

Commodity categories

ID Title Parent category
44617000 Boxes Tanks, reservoirs, containers and pressure vessels
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:
s.hogg@neupc.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.