Tender

Business Travel Management Services Framework Agreement

  • Offshore Renewable Energy Catapult
  • Active Building Centre Co. Ltd
  • Agri-Tech Centres
  • Catapult Network & Trading Subsidiaries
  • Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC)
Show 2 more buyers Show fewer buyers
  • UK Battery Industrialisation Centre (UKBIC)
  • Glass Futures

F02: Contract notice

Notice identifier: 2021/S 000-013888

Procurement identifier (OCID): ocds-h6vhtk-02bdb3

Published 18 June 2021, 2:25pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

INOVO, 121 George Street

Glasgow

G1 1RD

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041400

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.ore.catapult.org.uk

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

Email

Tony@activebuildingcentre.com

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

Email

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

Email

procurement@ore.catapult.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

11962431

Internet address(es)

Main address

https://catapult.org.uk

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

Email

john.thompson@vmicuk.com

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

11962431

Internet address(es)

Main address

https://www.vmicuk.com

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

Email

ian.whiting@ukbic.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

11962431

Internet address(es)

Main address

https://www.ukbic.co.uk/

one.1) Name and addresses

Glass Futures

John Huggett Building, Gloucester Science And Technology Park, Berkeley

Sheffield

TF10 8JZ

Contact

Sheena Thomson

Email

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.