Opportunity

Framework Agreement for the provision Nightly Paid Accommodation and Related Services

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice reference: 2021/S 000-011902

Published 27 May 2021, 7:23pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall, High Street

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.londontenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=18fad63b-75b9-eb11-810c-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the provision Nightly Paid Accommodation and Related Services

Reference number

DN516017

two.1.2) Main CPV code

  • 55000000 - Hotel, restaurant and retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority wishes to establish a four year framework agreement from which it may procure Nightly Paid Accommodation and related services on a call-off basis. The objective of the Authority is to secure high quality, furnished nightly paid for its clients within the Royal Borough of Kingston upon Thames or as close as possible to the Borough within designated geographical locations and as detailed in the Invitation to tender.

two.1.5) Estimated total value

Value excluding VAT: £15,922,802

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 55000000 - Hotel, restaurant and retail trade services
  • 70000000 - Real estate services
  • 85000000 - Health and social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

The four year framework agreement will be commissioned using the open procedure under the Public Contract Regulations 2015.

Tenderers must meet the minimum requirements in all three stage of the evaluation in order to be appointed as Framework providers. This includes Stage 1 (Compliance/SQ), Stage 2(Quality) and Stage 3 (Price)

The ordering procedure detailed in Schedule 3 of the Framework Agreement explains how the Authority will enter into Call-off contracts with the appointed Framework Providers.

All details are enclosed in the Invitation to tender.

The Authority does not warrant or guarantee any minimum volume of Services will be awarded to any Tenderer successfully appointed to the framework agreement and furthermore, the Authority is under no obligation to procure the Services through the framework agreement or to enter into any call-off contract with any provider appointed to the framework agreement.

There will be no maximum number of Framework Providers to be awarded a place on the framework agreement as ensuring availability of Nightly Paid Accommodation is a key outcome for setting up the framework agreement.

The opportunity can be found at www.procontract.due-north.com.

two.2.5) Award criteria

Quality criterion - Name: Quality- Pass/fail Price-Pass/fail / Weighting: 0%

Price - Weighting: 0%

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

8 July 2021

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

8 July 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council reserves the right to terminate the process at any time prior to award of contract. The Council does not bind itself to accept the lowest tender, or any tender received and reserves the right to call for new tenders should they consider this necessary. The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.

Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. For more information about this opportunity, please visit the London Tender Portal: https://procontract.due-north.com/Advert/Index?advertId=18fad63b-75b9-eb11-810c-005056b64545

six.4) Procedures for review

six.4.1) Review body

The Royal Borough of Kingston upon Thames

Guildhall 2, High Street

Kingston Upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Country

United Kingdom