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