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

Global Mobility Services

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • 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-04e6c2
Published by:
North Western Universities Purchasing Consortium
Authority ID:
AA80234
Publication date:
26 March 2025
Deadline date:
25 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC, and SUPC for Global Mobility Services.

The Framework Agreement will be split into three lots as follows:

Lot 1 – Overseas Taxation, Payroll, Immigration and Advisory Services

Lot 2 – Employee Relocation Services

Lot 3 – Employer of Record Services

This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator performance.

The following organisations have committed to this procurement, All Lots: NWUPC, NEUPC,LUPC, SUPC, APUC, HEPCW.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Western Universities Purchasing Consortium

04045190

Salford Innovation Forum, Room 210, 51 Frederick Road

Salford

M6 6FP

UK

Contact person: Shelley Watson

Telephone: +44 1612348015

E-mail: shelley.watson@nwupc.ac.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

I.2) 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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90719&B=NWUPC


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90719&B=NWUPC


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


I.4) Type of the contracting authority

Other: Sub-central contracting authority

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Global Mobility Services

Reference number: PFB3160 NW

II.1.2) Main CPV code

79000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC, and SUPC for Global Mobility Services.

The Framework Agreement will be split into three lots as follows:

Lot 1 – Overseas Taxation, Payroll, Immigration and Advisory Services

Lot 2 – Employee Relocation Services

Lot 3 – Employer of Record Services

This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator performance.

The following organisations have committed to this procurement, All Lots: NWUPC, NEUPC,LUPC, SUPC, APUC, HEPCW.

II.1.5) Estimated total value

Value excluding VAT: 9 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of Lots 1-3.

II.2) Description

Lot No: 1

II.2.1) Title

Overseas Taxation, Payroll, Immigration and Advisory Services

II.2.2) Additional CPV code(s)

79000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 - Overseas Taxation, Payroll, Immigration and Advisory Services includes, but is not limited to, the following scope: the provision of advice and support to the Member Institution on its management of global employees' working or travelling arrangements in an overseas host country for the following aspects: international taxation, international payroll, and immigration services. Advisory services (comprising specialist advice on international employment law, international pensions, feasibility assessments and cost projections, business traveller and remote working, permanent establishment, employer of record model) are included on a non-mandatory basis.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 70.00%

Price / Weighting:  30.00%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/07/2025

End: 30/06/2029

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator performance.

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: No

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: No

Lot No: 2

II.2.1) Title

Employee Relocation Services

II.2.2) Additional CPV code(s)

79000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 – Employee Relocation Services includes, but is not limited to, the following scope: the provision of employee relocation services including advice and support to a Member Institution and its global employees. Relocation services can be provided inbound and outbound of the UK via a managed service or through an expense management service (with an option to also provide this with relocation support services). The suite of relocation services comprise advice & service coordination, settling-in, removal & storage for household goods, home search, orientation services, cultural support, school/education search and partner support services. Relocation services may also be required for Global Employees moving within the UK only (domestic relocation) and moves from one Host Country to another. Both of these are included on a non-mandatory basis.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 70.00%

Price / Weighting:  30.00%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/07/2025

End: 30/06/2029

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator performance.

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: No

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: No

Lot No: 3

II.2.1) Title

Employer of Record Services

II.2.2) Additional CPV code(s)

79000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 – Employer of Record Services comprises of employer of record services where a Customer is seeking a global employment outsourcing provider to operate overseas on its behalf as a legal employer of record. The Supplier will fulfil the employer responsibilities in an overseas location on behalf of the Customer for its global employees to prevent any unintended compliance risks on workforce arrangements. The services comprise employer administration, HR support, payroll and tax compliance requirements in the Host Country.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 70.00%

Price / Weighting:  30.00%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/07/2025

End: 30/06/2029

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 1st July 2025 for an initial period of 24 months until 30th June 2027 with the option to extend the Agreement for 12 months until 30th June 2028 and a further 12 months until 30th June 2029 subject to satisfactory Economic Operator performance.

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: No

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: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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.

Envisaged maximum number of participants to the framework agreement: 11

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/03/2025

Local time: 13:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 25/03/2025

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:

NWUPC https://www.nwupc.ac.uk/members/

APUC http://www.apuc-scot.ac.uk/#!/members

HEPCW https://www.hepcw.ac.uk/members/

LUPC https://www.lupc.ac.uk/member-list

NEUPC http://www.neupc.ac.uk/our-members

SUPC https://www.supc.ac.uk/about-us/our-members/our-members

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:

Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

https://www.nationalparks.uk/

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

Fire and Rescue Services in the United Kingdom

https://www.nationalfirechiefs.org.uk/fire-and-rescue-services

NHS Bodies England

https://www.england.nhs.uk/publication/nhs-provider-directory/

Hospices in the UK

https://www.hospiceuk.org/hospice-care-finder

Registered Social Landlords (Housing Associations)

https://www.gov.uk/government/publications/registered-providers-of-social-housing

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

Scottish Police

http://www.scotland.police.uk

NI Public Bodies

Northern Ireland Government Departments

https://www.northernireland.gov.uk/topics/your-executive/government-departments

https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland

Northern Ireland Public Sector Bodies and Local Authorities

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Schools and Universities in Northern Ireland

https://www.education-ni.gov.uk/

Health and Social care in Northern Ireland

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

VI.4) Procedures for review

VI.4.1) Review body

NWUPC Ltd

Salford Innovation Forum, Room 210, 51 Frederick Road

Salford

M6 6FP

UK

E-mail: procurement@nwupc.ac.uk

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
79000000 Business services: law, marketing, consulting, recruitment, printing and security 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:
shelley.watson@nwupc.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.