NEPO Framework for Removal and Relocation Services
4 Lots. Lot 1 Commercial Removal and Relocation Services – Maximum 6. Lot 2 Removal and Relocation of Arts and Artifacts – Maximum 3 Suppliers.
United Kingdom-Leeds: Relocation services
2016/S 160-290312
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
North Eastern Universities Purchasing Consortia
The Leeds Innovation Centre 103 Clarendon Road
Contact point(s): http://www.in-tend.co.uk/neupc
For the attention of: Andy Hughes
LS2 9DF Leeds
United Kingdom
Telephone: +44 1133443957
E-mail: a.d.hughes@leeds.ac.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The framework agreement will be made available for use by members of the HEPCW, LUPC, NEUPC, NWUPC and the SUPC. Membership of this community may be subject to change due to the strategic realignment or the inclusion of new members. A complete list of current members of each consortia can be found on the relevant links: http://www.hepcw.ac.uk/files/2013/12/HEPCW-Members1.pdf, http://www.lupc.ac.uk/list-of-members.html, http://www.neupc.ac.uk/our-members, http://www.nwupc.ac.uk/our-members, http://supc.ac.uk/engage/our-members/our-members
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The lots will be divided as follows:
Lot 1 Commercial Removal and Relocation Services — Maximum 6
Lot 2 Removal and Relocation of Arts and Artifacts — Maximum 3 Suppliers
Lot 3 Removal and Relocation of Laboratory Equipment and Furniture — Maximum 3 Suppliers
Lot 4 Provision of Crate Hire and Purchase — Maximum 3 Suppliers
This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015.
II.1.6)Common procurement vocabulary (CPV)
98392000, 44619300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Bidders are required to provide a professional commercial removal and relocation service. Requirements will include but not be limited to the movement of:
Office equipment and furniture.
Computing and IT equipment.
Workshop equipment.
Library Equipment.
It is envisaged that the geographic lots will be delivered in several regional lots, this is designed to encourage the engagement with SMEs and benefit to the end user and local economies.
Additional scope of this framework includes provision of temporary storage and archiving, hire of removal and relocation equipment and Project Management of relocation projects.
Lot 2 — Specialist Arts and Artefacts
In addition to the specification for lot 1 specialist companies will be required to provide a removal and relocation service for Arts and Artefacts. A number of the members of the participating consortia have high value artefacts that will require specialist skill sets for relocation. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the requirement of some leading institutions in the field.
Lot 3 — Laboratory Moves
In addition to the general requirements for lot 1 bidders will be expected to provide a service to relocate laboratory equipment and delicate machinery of various sizes. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the service on a national level.
Lot 4 — Crate Hire
Bidders will be expected to provide a national provision of crate hire for members who have internal resources available to facilitate their own requirements. A range of sizes will be required. Delivery and collection to specified site is essential.
II.2.2)Information about options
Description of these options: The will be 2 optional extension periods of up to 12 months each.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Commercial Removal and Relocation Services
1)Short description
Bidders are required to provide a professional commercial removal and relocation service. Requirements will include but not be limited to the movement of:
Office equipment and furniture.
Computing and IT equipment.
Workshop equipment.
Library Equipment.
It is envisaged that the geographic lots will be delivered in several regional lots, this is designed to encourage the engagement with SMEs and benefit to the end user and local economies.
Additional scope of this framework includes provision of temporary storage and archiving, hire of removal and relocation equipment and Project Management of relocation projects.
2)Common procurement vocabulary (CPV)
98392000
3)Quantity or scope
Bidders are required to provide a professional commercial removal and relocation service. Requirements will include but not be limited to the movement of:
Office equipment and furniture.
Computing and IT equipment.
Workshop equipment.
Library Equipment.
It is envisaged that the geographic lots will be delivered in several regional lots, this is designed to encourage the engagement with SMEs and benefit to the end user and local economies.
Additional scope of this framework includes provision of temporary storage and archiving, hire of removal and relocation equipment and Project Management of relocation projects.
Lot No: 2 Lot title: Relocation of Art and Artifacts
1)Short description
In addition to the specification for lot 1 specialist companies will be required to provide a removal and relocation service for Arts and Artifacts. A number of the members of the participating consortia have high value artifacts that will require specialist skill sets for relocation. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfill the requirement of some leading institutions in the field.
2)Common procurement vocabulary (CPV)
98392000
3)Quantity or scope
In addition to the specification for lot 1 specialist companies will be required to provide a removal and relocation service for Arts and Artifacts. A number of the members of the participating consortia have high value artifacts that will require specialist skill sets for relocation. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfill the requirement of some leading institutions in the field.
Lot No: 3 Lot title: Removal & Relocation of Laboratory Equipment and Furniture
1)Short description
In addition to the general requirements for lot 1 bidders will be expected to provide a service to relocate laboratory equipment and delicate machinery of various sizes. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the service on a national level.
2)Common procurement vocabulary (CPV)
98392000
3)Quantity or scope
In addition to the general requirements for lot 1 bidders will be expected to provide a service to relocate laboratory equipment and delicate machinery of various sizes. Awarded companies will have a proven track record of providing this service and will be able to demonstrate they possess the equipment and knowledge to fulfil the service on a national level.
Lot No: 4 Lot title: Crate Hire and Purchase
1)Short description
Bidders will be expected to provide a national provision of crate hire and sale for members who have internal resources available to facilitate their own requirements. A range of sizes will be required. Delivery and collection to specified site is essential.
2)Common procurement vocabulary (CPV)
44619300
3)Quantity or scope
Bidders will be expected to provide a national provision of crate hire and sale for members who have internal resources available to facilitate their own requirements. A range of sizes will be required. Delivery and collection to specified site is essential.
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As per detailed within the tender documentation and in line with Regulation 58 of the 2015 Public Procurement Regulations.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 48 months.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
NEUPC Ltd
Leeds Innovation Centre 103 Clarendon Rd
LS2 9DF Leeds
United Kingdom
E-mail: a.d.hughes@leeds.ac.uk
VI.5)Date of dispatch of this notice:
Related Posts
Transport for London Relocation Services Tender
BBC Removal Services Framework
Provide Removals Service for Sandwell Metropolitan Borough Council