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 Award Notice

Removals and Relocations Services

  • First published: 23 June 2025
  • Last modified: 23 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-048991
Published by:
NEUPC Ltd
Authority ID:
AA20467
Publication date:
23 June 2025
Deadline date:
-
Notice type:
Contract Award 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 award notice

Results of the procurement procedure

Section I: Contracting entity

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/

I.1) Name and addresses

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Contact person: Steven Hogg

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

NUTS: UK

Internet address(es)

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

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/

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/

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/

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/

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/

I.2) Joint procurement

The contract involves joint procurement

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.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 11 000 000.00  GBP

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

II.2.5) Award criteria

Quality criterion: Quality of Service Delivery / Methodology / Weighting: 20

Quality criterion: Safe Working Practices and Training / Weighting: 10

Quality criterion: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

Quality criterion: Framework and Contract Management / Weighting: 5

Quality criterion: References / Weighting: 2

Quality criterion: Responsible Procurement/Social Value / Weighting: 18

Price / Weighting:  40

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

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

II.2.5) Award criteria

Quality criterion: Quality of Service Delivery / Methodology / Weighting: 30

Quality criterion: Safe Working Practices and Training / Weighting: 10

Quality criterion: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

Quality criterion: Framework and Contract Management / Weighting: 5

Quality criterion: References / Weighting: 2

Quality criterion: Responsible Procurement/Social Value / Weighting: 18

Price / Weighting:  30

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

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

II.2.5) Award criteria

Quality criterion: Range of Goods / Weighting: 12

Quality criterion: Quality of Service Delivery / Methodology / Weighting: 5

Quality criterion: Framework and Contract Management / Weighting: 5

Quality criterion: Responsible Procurement/Social Value / Weighting: 18

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

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

II.2.5) Award criteria

Quality criterion: Quality of Service Delivery / Methodology / Weighting: 10

Quality criterion: Safe Working Practices and Training / Weighting: 10

Quality criterion: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

Quality criterion: Framework and Contract Management / Weighting: 5

Quality criterion: References / Weighting: 2

Quality criterion: Responsible Procurement/Social Value / Weighting: 18

Price / Weighting:  50

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

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

II.2.5) Award criteria

Quality criterion: Quality of Service Delivery / Methodology / Weighting: 30

Quality criterion: Safe Working Practices and Training / Weighting: 10

Quality criterion: Management / Quality Standards of Sub-Contractors and/or Temporary Workers / Weighting: 5

Quality criterion: Framework and Contract Management / Weighting: 5

Quality criterion: References / Weighting: 2

Quality criterion: Responsible Procurement/Social Value / Weighting: 18

Price / Weighting:  30

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

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

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 000-038348

Section V: Award of contract

Lot No: 1

Contract No: FFE2009 NE Lot 1

Title: Removals and Relocations Services : Lot 1 – General (Low Value Items / Lower Risk)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2025

V.2.2) Information about tenders

Number of tenders received: 20

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 20

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BUSINESS MOVES LIMITED

1868346

4 Acre Road

Reading

RG2 0SX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

4200686

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

3250579

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DELIVERY SERVICES & STORAGE LIMITED

NI617297

98-102 2nd Floor, Donegall Street

Belfast

BT1 2GW

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

JOHN BRADSHAW AND SON LIMITED

719614

Unit4 Tallow Way, Irlam

Manchester

M44 6RJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

2372641

King Edward Court, King Edward Road

Knutsford

WA16 0BE

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

9988381

13 Village Road, Higher Bebington

Wirral

CH63 8PP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

8044368

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

RIGHTGREENRECYCLE LIMITED

9463681

Unit 11 Cutler Heights Business Park, Cutler Heights Lane

Bradford

BD4 9AW

UK

NUTS: 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:

Total value of the contract/lot: : 4 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: FFE2009 NE Lot 2

Title: Removals and Relocations Services : Lot 2 – Specialist (High Value Items / Higher Risk)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2025

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 14

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

12733035

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

BUSINESS MOVES LIMITED

01868346

4 Acre Road

Reading

RG2 0SX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

04200686

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

03250579

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HARROW GREEN LIMITED

01742531

2 Oriental Road

London

E16 2BZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

02372641

King Edward Court, King Edward Road

Knutsford

WA16 0BE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

09988381

13 Village Road, Higher Bebington

Wirral

CH63 8PP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

08044368

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

RIGHTGREENRECYCLE LIMITED

09463681

Unit 11 Cutler Heights Business Park, Cutler Heights Lane

Bradford

BD4 9AW

UK

NUTS: 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:

Total value of the contract/lot: : 4 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: FFE2009 NE Lot 3

Title: Removals and Relocations: Lot 3 - Container/Crate Hire and/or Purchase, and Packaging Products

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2025

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

12733035

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

BUSINESS MOVES LIMITED

01868346

4 Acre Road

Reading

RG2 0SX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

04200686

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

03250579

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JOHN BRADSHAW AND SON LIMITED

00719614

Unit4 Tallow Way, Irlam

Manchester

M44 6RJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

02372641

King Edward Court, King Edward Road

Knutsford

WA16 0BE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SPECIALISED MOVERS LIMITED

06657750

316 Petre Street

Sheffield

S4 8LU

UK

NUTS: 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:

Total value of the contract/lot: : 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: FFE2009NE Lot 4

Title: Removals and Relocations: Lot 4 - Domestic Style Removals and Relocations

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2025

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 14

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

12733035

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

04200686

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

03250579

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HARROW GREEN LIMITED

01742531

2 Oriental Road

London

E16 2BZ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

JOHN BRADSHAW AND SON LIMITED

00719614

Unit4 Tallow Way, Irlam

Manchester

M44 6RJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

02372641

King Edward Court, King Edward Road

Knutsford

WA16 0BE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

09988381

13 Village Road, Higher Bebington

Wirral

CH63 8PP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

08044368

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

RIGHTGREENRECYCLE LIMITED

09463681

Unit 11 Cutler Heights Business Park, Cutler Heights Lane

Bradford

BD4 9AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SPECIALISED MOVERS LIMITED

06657750

316 Petre Street

Sheffield

S4 8LU

UK

NUTS: 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:

Total value of the contract/lot: : 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: FFE2009 NE - Lot 5

Title: Removals and Relocations: Lot 5 – International Moves

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGM BISHOPS LIMITED

12733035

The Heights East, Cranborne Road

Potters Bar

EN6 3JN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CLOCKWORK REMOVALS LIMITED

04200686

C/O Sagars Gresham House, 5 - 7 St Paul's Street

Leeds

LS1 2JG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CROWN WORKSPACE LIMITED

3250579

Heritage House, 345 Southbury Road

Enfield

EN1 1TW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JOHNSONS 1871 LIMITED

02372641

King Edward Court, King Edward Road

Knutsford

WA16 0BE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

KWIKSHIFT EUROPEAN TRANSPORTATION & LOGISTICS LTD

09988381

13 Village Road, Higher Bebington

Wirral

CH63 8PP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PICKFORDS MOVE MANAGEMENT LIMITED

08044368

Pickfords Park Laxcon Close, Drury Way

London

NW10 0TG

UK

NUTS: 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:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=956602339 GO Reference: GO-2025617-PRO-31033247

VI.4) Procedures for review

VI.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Telephone: +44 1134871754

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

Telephone: +44 1134871754

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

VI.5) Date of dispatch of this notice

17/06/2025

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.