Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
INOVO, 121 George Street
Glasgow
G1 1RD
procurement@ore.catapult.org.uk
Telephone
+44 3330041400
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA29950
one.1) Name and addresses
Active Building Centre Co. Ltd
John Huggett Building, Gloucester Science And Technology Park, Berkeley
Gloucester
GL13 9FB
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11962431
Internet address(es)
Main address
https://www.activebuildingcentre.com
one.1) Name and addresses
Agri-Tech Centres
John Huggett Building, Gloucester Science And Technology Park, Berkeley
Edgmond Newport
TF10 8JZ
andrew.clifton@agri-epicentre.com
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11962431
Internet address(es)
Main address
https://www.agritechcentres.com/
one.1) Name and addresses
Catapult Network & Trading Subsidiaries
John Huggett Building, Gloucester Science And Technology Park, Berkeley
UK
TF10 8JZ
Contact
Sheena Thomson
procurement@ore.catapult.org.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11962431
Internet address(es)
Main address
one.1) Name and addresses
Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC)
John Huggett Building, Gloucester Science And Technology Park, Berkeley
Oxford
TF10 8JZ
Contact
Sheena Thomson
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11962431
Internet address(es)
Main address
one.1) Name and addresses
UK Battery Industrialisation Centre (UKBIC)
John Huggett Building, Gloucester Science And Technology Park, Berkeley
Coventry
TF10 8JZ
Contact
Sheena Thomson
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11962431
Internet address(es)
Main address
one.1) Name and addresses
Glass Futures
John Huggett Building, Gloucester Science And Technology Park, Berkeley
Sheffield
TF10 8JZ
Contact
Sheena Thomson
aston.fuller@glass-futures.org
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11962431
Internet address(es)
Main address
https://www.glass-futures.org/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Business Travel Management Services Framework Agreement
two.1.2) Main CPV code
- 63516000 - Travel management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Invitation to Tender is for a Business Travel Management Services Framework Agreement issued by Offshore Renewable Energy Catapult (“The Authority”), as a collaboration lead on behalf of the Catapult programme and their Trading Subsidiaries (https://www.catapult.org.uk/). The Business Travel Management Services Framework is to cover the requirements of the Catapult centres, as well as other Innovate UK funded projects such as https://www.vmicuk.com; https://www.activebuildingcentre.com; https://www.glass-futures.org; https://www.agritechcentres.com/agri-epi-centre, and their subsidiaries. It will also be made available to any new Innovate UK funded projects created during the term of the framework. Each Buying Authority (or their trading subsidiary) is a legal entity in its own right and therefore individually responsible for any liabilities as a consequence of any Call Off Agreement.
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.2.2) Additional CPV code(s)
- 63515000 - Travel services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All UK Locations
two.2.4) Description of the procurement
Provision of Business Travel Management Services
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
two.2.14) Additional information
This Framework may be used for travel requirements relating to projects fully or partly funded by European
Union Funds.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Requirements listed in ITT Documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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
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
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
19 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 August 2021
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
(WA Ref:111577)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
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.