Crescent Purchasing Consortium Removal and Relocation Framework
The Contracting Authority wishes to establish a Framework Agreement for the provision of Removal, Relocation and Additional Services.
United Kingdom-Salford: Relocation services
2017/S 135-276976
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Technology House, Lissadel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 1619740954
E-mail: m.garbenis@thecpc.ac.uk
NUTS code: UKD3Internet address(es):Main address: www.thecpc.ac.uk
I.1)Name and addresses
NPG Limited, Parkside House
Bolton
BL1 4RA
United Kingdom
Telephone: +44 7966040564
E-mail: steve.davies@npg-ltd.com
NUTS code: UKInternet address(es):Main address: http://www.npg-ltd.com/
I.2)Joint procurement
I.3)Communication
Technology House, Lissadel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 1619740954
E-mail: m.garbenis@thecpc.ac.uk
NUTS code: UKD3Internet address(es):Main address: www.thecpc.ac.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Removal, Relocation and Additional Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contracting Authority wishes to establish a Framework Agreement for the provision of Removal, Relocation and Additional Services. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members and is also open for use by all contracting authorities across the public sector throughout the UK (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, National Parks and Registered Social Landlords.
Full details of the classification of end user establishments and geographical areas is available at http://www.npg-ltd.com/tenders/
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
East Anglia
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Anglia.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for East Anglia.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
East Midlands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Midlands.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for East Midlands.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
London
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for London.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Northern Ireland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northern Ireland.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for Northern Ireland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
North East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North East.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for North East.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
North West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for North West.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for Scotland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
South East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South East.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for South East.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
South West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South West.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for South West.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Wales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for Wales.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
West Midlands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for West Midlands.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Yorkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Yorkshire.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for Yorkshire.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Channel Islands and Isle of Wight
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Channel Islands and Isle of Wight.
II.2.4)Description of the procurement:
Removal, Relocation and Additional Services for Channel Islands and Isle of Wight.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Technology House, Lissasdel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 8000662188
E-mail: contracting@thecpc.ac.uk
VI.4.2)Body responsible for mediation procedures
Technology House, Lissasdel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 8000662188
E-mail: contracting@thecpc.ac.uk
VI.4.4)Service from which information about the review procedure may be obtained
Technology House, Lissasdel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 8000662188
E-mail: contracting@thecpc.ac.uk
VI.5)Date of dispatch of this notice:
Related Posts
Contract for Commercial Packing Removal and Relocation Services – London
Removals Services Contract Kent
Tender for Office Relocation Services
Tender for Business Removal Services in Kent
Contract for Ad Hoc Removal Services Manchester and London