Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall, High Street
Kingston upon Thames
KT1 1EU
Country
United Kingdom
NUTS code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
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
Country
United Kingdom