Contract notice

Information

Published

Expire date: 25/03/2025

External Reference: 2025-524866

FTS Reference: 2025-006805

Contract notice

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: https://nwupc.ac.uk/

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 submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  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  -  Business services: law, marketing, consulting, recruitment, printing and security
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: 9000000.00  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

II.2.1)

Title

Overseas Taxation, Payroll, Immigration and Advisory Services
Lot No:  1
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
II.2)

Description

II.2.1)

Title

Employee Relocation Services
Lot No:  2
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
II.2)

Description

II.2.1)

Title

Employer of Record Services
Lot No:  3
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  11
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.2.2)

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

English
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