NEUPC Ltd: Mail Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Mail Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Open
Short Description: The NEUPC is leading a tender process to establish a framework for the HE Sector for Mail Services. This will include two lots covering both UK Business Mail Services and International Mail Services
Published: 29/10/2020 16:31
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Mail delivery services.
Section I: Contracting Authority
      I.1) Name and addresses
             NEUPC Ltd
             NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
             Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
             Contact: Andy Hughes
             Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: http://www.neupc.ac.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Mail Services       
      Reference Number: PMR2006 NE
      II.1.2) Main CPV Code:
      64121100 - Mail delivery services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The NEUPC is leading a tender process to establish a framework for the HE Sector for Mail Services. This will include two lots covering both UK Business Mail Services and International Mail Services       
      II.1.5) Estimated total value:
      Value excluding VAT: 30,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: UK Business Mail Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      60160000 - Mail transport by road.
      60220000 - Mail transport by railway.
      64121100 - Mail delivery services.
      79571000 - Mailing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 1 is a new provision for the sector having never been tendered officially previously, the UK domestic business mail lot seeks to award up to 3 suppliers to provide a down stream access provision for business mail services. Bidders would be required to ensure supply chain in place for final mile delivery, potentially provide IT solutions to give institutional efficiencies and establish a confirmed working pattern of collection and delivery on an individual call off basis with institutions.

Advice where required on mail processes and best practice within the UK mail sector
Detailed management information
Ability to structure internal accounts and invoice appropriately as required by members.

Suppliers awarded to either or both lots would be expected to establish a productive relationship with the Postal Operations Group to communicate and advise on best practice.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality - Sustainability / Weighting: 10
            Quality criterion - Name: Quality - Technical Ability & Service / Weighting: 18
            Quality criterion - Name: Contract and Framework Management / Weighting: 20
            Quality criterion - Name: Additional Services Offered / Weighting: 7
                        
            Cost criterion - Name: Price - Rate card and Retrospective Rebate / Weighting: 45
                              
      II.2.6) Estimated value:
      Value excluding VAT: 28,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: This framework will have an initial award of 2 years with two optional one year extensions which will be confirmed upon review of the framework and satisfactory performance
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: This framework may be used in relation to funding from (but not limited to) ERDF, ESIF and other external funding programmes.             
      II.2.14) Additional information: The framework will be open to all members of the listed HE Consortia whether or not they identify as being subject to PCR2015
For clarity Lot 1 UK Business Mail Servicesand Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services- https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP       
II.2) Description Lot No. 2
      
      II.2.1) Title: International Mail Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      60160000 - Mail transport by road.
      60220000 - Mail transport by railway.
      60411000 - Scheduled airmail transport services.
      64121100 - Mail delivery services.
      79571000 - Mailing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A retender of a previous provision which was for International Air Mail the scope of the new lot has been redefined simply as International Mail Services to encourage bidders to propose the best value for money provision for the requirement and not restrict the method of delivery.

Coverage is required for a global mail delivery service including but not restricted to:
Collection from any member institution for outbound delivery to any destination outside of the UK (allowing for prohibited lists).
Inbound services
Advice where required on HMRC regulation and regulation at point of delivery.
Detailed management information
Ability to structure internal accounts and invoice appropriately as required by members.

Suppliers awarded to either or both lots would be expected to establish a productive relationship with the Postal Operations Group to communicate and advise on best practice.

It is intended to award this lot to up to 3 suppliers.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality - Sustainability / Weighting: 10
            Quality criterion - Name: Quality - Technical Ability & Service / Weighting: 20
            Quality criterion - Name: Contract & Framework Management / Weighting: 20
            Quality criterion - Name: Additional Services Offered / Weighting: 5
                        
            Cost criterion - Name: Price - Rate card & Retrospective rebate / Weighting: 45
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: This framework will have an initial award of 2 years with two optional one year extensions which will be confirmed upon review of the framework and satisfactory performance
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: This framework may be used in relation to funding from (but not limited to) ERDF, ESIF and other external funding programmes.             
      II.2.14) Additional information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links for each are below:

Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S

The framework will be open to all members of the listed HE Consortia whether or not they identify as being subject to PCR2015       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 6           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 07/01/2021 Time: 13:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 07/01/2021
         Time: 13:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP
Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/79GN4Z8SZP
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756
   VI.5) Date Of Dispatch Of This Notice: 29/10/2020

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       London Universities Purchasing Consortia
       Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: https://www.lupc.ac.uk
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       North West Universities Purchasing Consortia
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: sarah.dye@manchester.ac.uk
       Main Address: https://www.nwupc.ac.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       APUC
       Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
       Email: ang@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/#&information
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       Higher Education Purchasing Consortia for Wales
       8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: h.allaway@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/members/
       NUTS Code: UK

View any Notice Addenda

Mail Services

UK-Leeds: Mail delivery services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Contact: Andy Hughes
       Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Mail Services      Reference number: PMR2006 NE      
   II.1.2) Main CPV code:
      64121100 - Mail delivery services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The NEUPC is leading a tender process to establish a framework for the HE Sector for Mail Services. This will include two lots covering both UK Business Mail Services and International Mail Services

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 11/02/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 237929   
   Notice number in OJ S:    2020/S 214 - 525832
   Date of dispatch of the original notice: 29/10/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Not provided          
         Instead of:
         Date: 07/01/2021         
         Local Time: 13:00          
         Read:
         Date: 12/02/2021         
         Local Time: 12:00                   
   
VII.2) Other additional information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP
Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/79GN4Z8SZP


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          Southern Universities Purchasing Consortium
          Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
          Email: supc@reading.ac.uk
          Main Address: https://www.supc.ac.uk/
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      2. Contracting Authority/Entity:
          London Universities Purchasing Consortia
          Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
          Email: enquiries@lupc.ac.uk
          Main Address: https://www.lupc.ac.uk
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      3. Contracting Authority/Entity:
          North West Universities Purchasing Consortia
          Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
          Email: sarah.dye@manchester.ac.uk
          Main Address: https://www.nwupc.ac.uk/
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      4. Contracting Authority/Entity:
          APUC
          Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
          Email: ang@apuc-scot.ac.uk
          Main Address: http://www.apuc-scot.ac.uk/#&information
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      5. Contracting Authority/Entity:
          Higher Education Purchasing Consortia for Wales
          8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
          Email: h.allaway@wales.ac.uk
          Main Address: http://www.hepcw.ac.uk/members/
          NUTS Code: UK

View Award Notice

UK-Leeds: Mail delivery services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk
       Contact: Andy Hughes
       Main Address: https://neupc.delta-esourcing.com/, Address of the buyer profile: http://www.neupc.ac.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Mail Services            
      Reference number: PMR2006 NE

      II.1.2) Main CPV code:
         64121100 - Mail delivery services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The NEUPC is leading a tender process to establish a framework for the HE Sector for Mail Services. This will include two lots covering both UK Business Mail Services and International Mail Services

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 30,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:UK Business Mail Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            60160000 - Mail transport by road.
            60220000 - Mail transport by railway.
            64121100 - Mail delivery services.
            79571000 - Mailing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 1 is a new provision for the sector having never been tendered officially previously, the UK domestic business mail lot seeks to award up to 3 suppliers to provide a down stream access provision for business mail services. Bidders would be required to ensure supply chain in place for final mile delivery, potentially provide IT solutions to give institutional efficiencies and establish a confirmed working pattern of collection and delivery on an individual call off basis with institutions.

Advice where required on mail processes and best practice within the UK mail sector
Detailed management information
Ability to structure internal accounts and invoice appropriately as required by members.

Suppliers awarded to either or both lots would be expected to establish a productive relationship with the Postal Operations Group to communicate and advise on best practice.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality - Sustainability / Weighting: 10
      Quality criterion - Name: Quality - Technical Ability & Service / Weighting: 18
      Quality criterion - Name: Contract and Framework Management / Weighting: 20
      Quality criterion - Name: Additional Services Offered / Weighting: 7
                  
      Cost criterion - Name: Price - Rate card and Retrospective Rebate / Weighting: 45
            

      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
         Reference to project(s) and/or programme(s): This framework may be used in relation to funding from (but not limited to) ERDF, ESIF and other external funding programmes.

      II.2.14) Additional information: The framework will be open to all members of the listed HE Consortia whether or not they identify as being subject to PCR2015
For clarity Lot 1 UK Business Mail Servicesand Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services- https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP

   II.2) Description (lot no. 2)
   

      II.2.1) Title:International Mail Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            60160000 - Mail transport by road.
            60220000 - Mail transport by railway.
            60411000 - Scheduled airmail transport services.
            64121100 - Mail delivery services.
            79571000 - Mailing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: A retender of a previous provision which was for International Air Mail the scope of the new lot has been redefined simply as International Mail Services to encourage bidders to propose the best value for money provision for the requirement and not restrict the method of delivery.

Coverage is required for a global mail delivery service including but not restricted to:
Collection from any member institution for outbound delivery to any destination outside of the UK (allowing for prohibited lists).
Inbound services
Advice where required on HMRC regulation and regulation at point of delivery.
Detailed management information
Ability to structure internal accounts and invoice appropriately as required by members.

Suppliers awarded to either or both lots would be expected to establish a productive relationship with the Postal Operations Group to communicate and advise on best practice.

It is intended to award this lot to up to 3 suppliers.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality - Sustainability / Weighting: 10
      Quality criterion - Name: Quality - Technical Ability & Service / Weighting: 20
      Quality criterion - Name: Contract & Framework Management / Weighting: 20
      Quality criterion - Name: Additional Services Offered / Weighting: 5
                  
      Cost criterion - Name: Price - Rate card & Retrospective rebate / Weighting: 45
            

      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
         Reference to project(s) and/or programme(s): This framework may be used in relation to funding from (but not limited to) ERDF, ESIF and other external funding programmes.

      II.2.14) Additional information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links for each are below:

Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S

The framework will be open to all members of the listed HE Consortia whether or not they identify as being subject to PCR2015


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2020/S 214-525832
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: 1    
   Title: UK Business Mail

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Royal Mail Group Ltd, 04138203
             100 Victoria Embankment, London, EC4Y 0HQ, United Kingdom
             Email: samantha.c.parsons@royalmail.com
             Internet address: www.royalmailgroup.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             DHL Parcel UK t/a UK Mail, 00965783
             120 Buckingham Avenue, Slough, SL1 4LZ, United Kingdom
             Email: kaththomason@ukmail.com
             NUTS Code: 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: 28,000,000          
         Total value of the contract/lot: 28,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: International Business Mail

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Royal Mail, 4138203
             100 Victoria Embankment, London, EC4Y 0HQ, United Kingdom
             Email: samantha.c.parsons@royalmail.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Deltec International Ltd, 1925142
             Skynet House, 18-21 Pulborough Way, Hounslow, TW4 6DE, United Kingdom
             Email: anne.mason@deltec-international.com
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Citipost Limited, 03451070
             51 Hailey Road, ERITH, DA18 4AA, United Kingdom
             Email: nchapman@citipost.co.uk
             NUTS Code: 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: For clarity Lot 1 UK Business Mail Services and Lot 2 International Mail Services must be bid for separately. Links to bid for each are below:

Lot 1 UK Business Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./79GN4Z8SZP
Lot 2 International Mail Services - https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Mail-delivery-services./82UKVBUT9S
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=593661101

   VI.4) Procedures for review

      VI.4.1) Review body
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756, Email: a.hughes@neupc.ac.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          NEUPC Ltd
          NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
          Tel. +44 1134871756

   VI.5) Date of dispatch of this notice: 07/06/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Southern Universities Purchasing Consortium
       Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BU, United Kingdom
       Email: supc@reading.ac.uk
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK
   
   2: Contracting Authority
       London Universities Purchasing Consortia
       Shropshire House, 179 Tottenham Court Road, London, W1t 7NZ, United Kingdom
       Email: enquiries@lupc.ac.uk
       Main Address: https://www.lupc.ac.uk
       NUTS Code: UK
   
   3: Contracting Authority
       North West Universities Purchasing Consortia
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Email: sarah.dye@manchester.ac.uk
       Main Address: https://www.nwupc.ac.uk/
       NUTS Code: UK
   
   4: Contracting Authority
       APUC
       Unit 27, Stirling Business Centre, Wellgreen, Stirling, FK8 2DZ, United Kingdom
       Email: ang@apuc-scot.ac.uk
       Main Address: http://www.apuc-scot.ac.uk/#&information
       NUTS Code: UK
   
   5: Contracting Authority
       Higher Education Purchasing Consortia for Wales
       8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Email: h.allaway@wales.ac.uk
       Main Address: http://www.hepcw.ac.uk/members/
       NUTS Code: UK