Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mrs Sheena Thomson
procurement@ore.catapult.org.uk
Telephone
+44 3330041418
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.ore.catapult.org.uk
Buyer's address
https://www.ore.catapult.org.uk
one.1) Name and addresses
Catapult Network and Trading Subsidiaries
UK
procurement@ore.catapult.org.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
ABC (Active Building Centre Company Ltd)
Gloucester
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.activebuildingcentre.com/
one.1) Name and addresses
Agri-Tech Centres
UK
andrew.clifton@agri-epicentre.com
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.agritechcentres.com/
one.1) Name and addresses
VMIC (Vaccines Manufacturing and Innovation Centre (UK) Ltd)
Oxford
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
UKBIC (UK Battery Industrialisation Centre)
UK
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Glass Futures Ltd
Sheffield
aston.fuller@glass-futures.org
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.glass-futures.org/
one.2) Information about joint procurement
The contract involves 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://procontract.due-north.com/Advert/Index?advertId=62641106-05ba-eb11-810c-005056b64545
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=62641106-05ba-eb11-810c-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Please refer to individual websites for information
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Business Travel Management Services
Reference number
DN545464
two.1.2) Main CPV code
- 63516000 - Travel management services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this ITT is to assist the Offshore Renewable Energy Catapult (“The Authority”) as collaboration lead in establishing a Business Travel Management Services Framework Agreement for use by the Catapult Centres, the Active Building Centre Co. Ltd, Agri-Tech Centres, Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC), UK Battery Industrialisation Centre (UKBIC), Glass Futures and their Trading Subsidiaries (collectively, the “Buying Authorities”), as part of a competitive procurement exercise in accordance with the "Restricted" procedure for tendering under the Public Contracts Regulations 2015 (as amended from time to time).
It is anticipated that one (1) Travel Management Company (“TMC”) shall be appointed to the Framework Agreement to provide a fair and transparent Service to the Buying Authorities. However, the Authority reserves the right to appoint more than this number if deemed to be in the best interest of the Buying Authorities e.g. value for money.
The Buying Authorities do not guarantee any volume or value of work from this Framework Agreement.
TMCs are to be aware that Services required under the terms of this Business Travel Management Services Framework Agreement may be co-financed by the European Regional Development Fund (ERDF).
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this ITT is to assist the Offshore Renewable Energy Catapult (“The Authority”) as collaboration lead in establishing a Business Travel Management Services Framework Agreement for use by the Catapult Centres, the Active Building Centre Co. Ltd, Agri-Tech Centres, Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC), UK Battery Industrialisation Centre (UKBIC), Glass Futures and their Trading Subsidiaries (collectively, the “Buying Authorities”), as part of a competitive procurement exercise in accordance with the "Restricted" procedure for tendering under the Public Contracts Regulations 2015 (as amended from time to time).
It is anticipated that one (1) Travel Management Company (“TMC”) shall be appointed to the Framework Agreement to provide a fair and transparent Service to the Buying Authorities. However, the Authority reserves the right to appoint more than this number if deemed to be in the best interest of the Buying Authorities e.g. value for money.
The Buying Authorities do not guarantee any volume or value of work from this Framework Agreement.
TMCs are to be aware that Services required under the terms of this Business Travel Management Services Framework Agreement may be co-financed by the European Regional Development Fund (ERDF).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
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: Yes
Identification of the project
Projects funded by European Union Funds may use this Framework
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 144-355971
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.