- Scope of the procurement
- Lot 1. UK & OVERSEAS-BOOKED BUSINESS TRAVEL, APPROVED CIVILIAN PROGRAMMES AND EMERGENCY RESPONSE SOLUTIONS
- Lot 2. UK-BOOKED NATIONAL & INTERNATIONAL BUSINESS TRAVEL
- Lot 3. VENUE-FIND & SUPPORTING SERVICES FOR MEETINGS, CONFERENCES & EVENTS
- Lot 4. ACCOMMODATION & VENUES FOR APPROVED CIVILIAN PROGRAMMES
Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main 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://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Travel, Transport, Accommodation & Venue Solutions
Reference number
RM6342
two.1.2) Main CPV code
- 63516000 - Travel management services
two.1.3) Type of contract
Services
two.1.4) Short description
The framework agreement covers Travel, Transport, Accommodation & Venue booking solutions, including the sourcing of air, rail and ground transportation inc vehicle hire, commercial accommodation (including, but not limited to: hotels, serviced apartments, holiday parks and camp-sites, staff blocks, halls of residence, barges and cruise vessels), ancillary services such as visas, passports and currency; services related to travel crisis response projects as required (eg. COVID test kits, evacuation services such as MEDEVAC flights, charter flights, security services, as well as emergency housing).
The scope of services also includes the provision of emergency travel, accommodation and support services to UK and Foreign Nationals that are under the care of the UK Government, including, but not limited to Asylum seekers, Afghan, Sudan and Ukrainian refugees, victims of abuse, released prisoners and rough sleepers. Service provision will not only include the sourcing of suitable accommodation venues, but also the supply of additional supporting services such as welfare, security and translation services.
two.1.5) Estimated total value
Value excluding VAT: £12,500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders can bid for any of Lots 1-3 but they must state their preference and can only win one of lots 1-3.
If a Bidder is successful on one or more Lots (Lots 1 - 3) they will be awarded a Framework Contract for the Lot they have told us is your preference.
Any bidder can bid and win a place on Lot 4.
A bidder can win a maximum of 2 lots if bidding for lots 1 & 4.
two.2) Description
two.2.1) Title
UK & OVERSEAS-BOOKED BUSINESS TRAVEL, APPROVED CIVILIAN PROGRAMMES AND EMERGENCY RESPONSE SOLUTIONS
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 33140000 - Medical consumables
- 33952000 - Transport equipment and auxiliary products to transportation
- 34114122 - Patient-transport vehicles
- 34114210 - Prisoner-transport vehicles
- 34114400 - Minibuses
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 34120000 - Motor vehicles for the transport of 10 or more persons
- 34121000 - Buses and coaches
- 34121100 - Public-service buses
- 34121300 - Double-decker buses
- 34121400 - Low-floor buses
- 34121500 - Coaches
- 34500000 - Ships and boats
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34512200 - Cruise ships
- 38950000 - Polymerase Chain Reaction (PCR) equipment
- 48222000 - Web server software package
- 50111000 - Fleet management, repair and maintenance services
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241100 - Vessel repair services
- 55000000 - Hotel, restaurant and retail trade services
- 55100000 - Hotel services
- 55110000 - Hotel accommodation services
- 55120000 - Hotel meeting and conference services
- 55130000 - Other hotel services
- 55200000 - Camping sites and other non-hotel accommodation
- 55210000 - Youth hostel services
- 55220000 - Camping-site services
- 55240000 - Holiday centre and holiday home services
- 55250000 - Letting services of short-stay furnished accommodation
- 55270000 - Services provided by bed and breakfast establishments
- 55520000 - Catering services
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60112000 - Public road transport services
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches with driver
- 60180000 - Hire of goods-transport vehicles with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60420000 - Non-scheduled air transport services
- 60423000 - Air-charter services
- 60424000 - Hire of air transport equipment with crew
- 60424100 - Hire of aircraft with crew
- 60424110 - Hire of fixed-wing aircraft with crew
- 60424120 - Hire of helicopters with crew
- 60600000 - Water transport services
- 60650000 - Hire of water transport equipment with crew
- 60651000 - Hire of vessels with crew
- 60651100 - Hire of sea-going vessels with crew
- 60651200 - Hire of inland waterway vessels with crew
- 60653000 - Hire of boats with crew
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 63500000 - Travel agency, tour operator and tourist assistance services
- 63510000 - Travel agency and similar services
- 63515000 - Travel services
- 63516000 - Travel management services
- 63520000 - Transport agency services
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63712000 - Support services for road transport
- 63720000 - Support services for water transport
- 63726000 - Miscellaneous water transport support services
- 63726400 - Ship chartering services
- 63726600 - Ship-operating services
- 63730000 - Support services for air transport
- 64224000 - Teleconferencing services
- 70130000 - Letting services of own property
- 70300000 - Real estate agency services on a fee or contract basis
- 70333000 - Housing services
- 71320000 - Engineering design services
- 75111100 - Executive services
- 75122000 - Administrative healthcare services
- 75231200 - Services related to the detention or rehabilitation of criminals
- 75240000 - Public security, law and order services
- 79111000 - Legal advisory services
- 79415200 - Design consultancy services
- 79430000 - Crisis management services
- 79530000 - Translation services
- 79540000 - Interpretation services
- 79625000 - Supply services of medical personnel
- 79710000 - Security services
- 79900000 - Miscellaneous business and business-related services
- 79952000 - Event services
- 79993000 - Building and facilities management services
- 79997000 - Business travel services
- 85000000 - Health and social work services
- 85312400 - Welfare services not delivered through residential institutions
- 85320000 - Social services
- 98000000 - Other community, social and personal services
- 98300000 - Miscellaneous services
- 98340000 - Accommodation and office services
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
A lot to cover the full scope of traditional UK or global-booked business travel, meetings, conferences and venues for events. Civilian programmes and crisis response travel and accommodation solutions, with additional (optional) wraparound welfare and security services for civilians as part of venue or accommodation-find services. Chartered air, rail or ground transportation for any type of planned or unplanned event or emergency response situation; commercial air, rail, ground transport or accommodation services. Accommodation including but not limited to hotels, serviced apartments, holiday parks, marine vessels. To be clear, this is a “one stop shop” lot, which can cater for all services that are catered separately under Lots 2, 3 and 4.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for 12 months.
CCS reserve the right to extend lots by varying durations
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
Crown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is a maximum of 3 per lot.
two.2) Description
two.2.1) Title
UK-BOOKED NATIONAL & INTERNATIONAL BUSINESS TRAVEL
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 33952000 - Transport equipment and auxiliary products to transportation
- 34114122 - Patient-transport vehicles
- 34114210 - Prisoner-transport vehicles
- 34114400 - Minibuses
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 34120000 - Motor vehicles for the transport of 10 or more persons
- 34121000 - Buses and coaches
- 34121100 - Public-service buses
- 34121300 - Double-decker buses
- 34121400 - Low-floor buses
- 34121500 - Coaches
- 48222000 - Web server software package
- 55100000 - Hotel services
- 55110000 - Hotel accommodation services
- 55130000 - Other hotel services
- 55200000 - Camping sites and other non-hotel accommodation
- 55250000 - Letting services of short-stay furnished accommodation
- 55270000 - Services provided by bed and breakfast establishments
- 55520000 - Catering services
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60112000 - Public road transport services
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches with driver
- 60180000 - Hire of goods-transport vehicles with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60410000 - Scheduled air transport services
- 60424120 - Hire of helicopters with crew
- 60600000 - Water transport services
- 63500000 - Travel agency, tour operator and tourist assistance services
- 63510000 - Travel agency and similar services
- 63515000 - Travel services
- 63516000 - Travel management services
- 63520000 - Transport agency services
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63712000 - Support services for road transport
- 63720000 - Support services for water transport
- 63730000 - Support services for air transport
- 75111100 - Executive services
- 79430000 - Crisis management services
- 79710000 - Security services
- 79997000 - Business travel services
- 98300000 - Miscellaneous services
- 98340000 - Accommodation and office services
- 98341000 - Accommodation services
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Complete travel management services for standard customer usage, covering UK point of sale only. The lot will allow the online and offline booking of air, rail, ground transportation and accommodation services.
It will not include any civilian travel or accommodation programmes / major crisis response services such as charters. Neither will it include the additional wraparound welfare services included in Lots 1 and 4.
It will also not include meetings and events, as this is covered in Lots 1 and 3.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for 12 months.
CCS reserve the right to extend lots by varying durations.
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
Crown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is a maximum of 3 per lot.
two.2) Description
two.2.1) Title
VENUE-FIND & SUPPORTING SERVICES FOR MEETINGS, CONFERENCES & EVENTS
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 33140000 - Medical consumables
- 33952000 - Transport equipment and auxiliary products to transportation
- 38950000 - Polymerase Chain Reaction (PCR) equipment
- 48222000 - Web server software package
- 55000000 - Hotel, restaurant and retail trade services
- 55100000 - Hotel services
- 55110000 - Hotel accommodation services
- 55120000 - Hotel meeting and conference services
- 55130000 - Other hotel services
- 55200000 - Camping sites and other non-hotel accommodation
- 55250000 - Letting services of short-stay furnished accommodation
- 55270000 - Services provided by bed and breakfast establishments
- 55520000 - Catering services
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60112000 - Public road transport services
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches with driver
- 60180000 - Hire of goods-transport vehicles with driver
- 60650000 - Hire of water transport equipment with crew
- 60651000 - Hire of vessels with crew
- 60651100 - Hire of sea-going vessels with crew
- 60651200 - Hire of inland waterway vessels with crew
- 60653000 - Hire of boats with crew
- 63515000 - Travel services
- 63516000 - Travel management services
- 63520000 - Transport agency services
- 63726400 - Ship chartering services
- 64224000 - Teleconferencing services
- 75111100 - Executive services
- 79710000 - Security services
- 79952000 - Event services
- 79993000 - Building and facilities management services
- 79997000 - Business travel services
- 98300000 - Miscellaneous services
- 98340000 - Accommodation and office services
- 98341000 - Accommodation services
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 will be a venue-find service for meetings, conferences and events (MICE). The demographic for this lot will be purely business travel and will not include venues for civilian cohorts such as Asylum Seekers or Rough Sleepers.
Accommodation in commercial venues can be sourced via this lot if it is in relation to a venue booking for a meeting. Such venues will also be expected to provide core additional services such as food and beverages, laundry and refreshments: any service that a venue can normally provide for a meeting can be sourced via this lot.
Similarly, ground transportation such as coaches and taxis can only be provided on this lot if it relates directly to a venue booked for the meeting or event. This will be a UK Point of Sale only lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial duration of the Framework is 36 months, with an option to extend for 12 months.
CCS reserve the right to extend lots by varying durations.
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
Crown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is a maximum of 1 per lot.
two.2) Description
two.2.1) Title
ACCOMMODATION & VENUES FOR APPROVED CIVILIAN PROGRAMMES
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 33140000 - Medical consumables
- 33952000 - Transport equipment and auxiliary products to transportation
- 34114122 - Patient-transport vehicles
- 34114210 - Prisoner-transport vehicles
- 34114400 - Minibuses
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 34120000 - Motor vehicles for the transport of 10 or more persons
- 34121000 - Buses and coaches
- 34121100 - Public-service buses
- 34121300 - Double-decker buses
- 34121400 - Low-floor buses
- 34121500 - Coaches
- 34500000 - Ships and boats
- 34510000 - Ships
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34512200 - Cruise ships
- 38950000 - Polymerase Chain Reaction (PCR) equipment
- 48222000 - Web server software package
- 50111000 - Fleet management, repair and maintenance services
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241100 - Vessel repair services
- 55000000 - Hotel, restaurant and retail trade services
- 55100000 - Hotel services
- 55110000 - Hotel accommodation services
- 55120000 - Hotel meeting and conference services
- 55130000 - Other hotel services
- 55200000 - Camping sites and other non-hotel accommodation
- 55210000 - Youth hostel services
- 55220000 - Camping-site services
- 55240000 - Holiday centre and holiday home services
- 55250000 - Letting services of short-stay furnished accommodation
- 55270000 - Services provided by bed and breakfast establishments
- 55520000 - Catering services
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60112000 - Public road transport services
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches with driver
- 60180000 - Hire of goods-transport vehicles with driver
- 60600000 - Water transport services
- 60650000 - Hire of water transport equipment with crew
- 60651000 - Hire of vessels with crew
- 60651100 - Hire of sea-going vessels with crew
- 60651200 - Hire of inland waterway vessels with crew
- 60653000 - Hire of boats with crew
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 63515000 - Travel services
- 63516000 - Travel management services
- 63520000 - Transport agency services
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63712000 - Support services for road transport
- 63720000 - Support services for water transport
- 63726000 - Miscellaneous water transport support services
- 63726400 - Ship chartering services
- 63726600 - Ship-operating services
- 63730000 - Support services for air transport
- 64224000 - Teleconferencing services
- 70130000 - Letting services of own property
- 70300000 - Real estate agency services on a fee or contract basis
- 70333000 - Housing services
- 71320000 - Engineering design services
- 75122000 - Administrative healthcare services
- 75231200 - Services related to the detention or rehabilitation of criminals
- 75240000 - Public security, law and order services
- 79111000 - Legal advisory services
- 79415200 - Design consultancy services
- 79430000 - Crisis management services
- 79530000 - Translation services
- 79540000 - Interpretation services
- 79625000 - Supply services of medical personnel
- 79710000 - Security services
- 79900000 - Miscellaneous business and business-related services
- 79952000 - Event services
- 79993000 - Building and facilities management services
- 79997000 - Business travel services
- 85000000 - Health and social work services
- 85100000 - Health services
- 85300000 - Social work and related services
- 85311000 - Social work services with accommodation
- 85312400 - Welfare services not delivered through residential institutions
- 85320000 - Social services
- 98000000 - Other community, social and personal services
- 98300000 - Miscellaneous services
- 98340000 - Accommodation and office services
- 98341000 - Accommodation services
- 98341100 - Accommodation management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Venue sourcing for primarily civilian / refugee usage, including but not limited to hotels, serviced apartments, holiday parks, marine vessels as hotels and secure accommodation venues.
This lot will also include the option to source Wraparound services to cater for the on-site requirements at the venue for the cohort in question. This could include but not be limited to: welfare service provision, site security services, liaison with venue providers, translation services and signposting to local education, health or employment services.
Ground transportation to move cohorts of Service Users (SUs) between locations and to/from appointments or their arrival point (eg. asylum seekers) can also be sourced via this lot.
This lot is not to be used for normal duty/business accommodation unless it is in direct support of civilian cohort programmes, with the sole exception of troops (MOD).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Crown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is a maximum of 2 per lot.
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
Crown Commercial Service is acting as the Agent on behalf of the Authority.
Places to be awarded is a maximum of 2 per lot
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
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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 several operators
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: 2023/S 000-022524
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 21 December 2024
four.2.7) Conditions for opening of tenders
Date
24 June 2024
Local time
3:01pm
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
Enter a value: As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c78620e5-ba56-4c7c-984d-460d7d21d954
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.
Cyber Essentials Plus is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials Plus scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. (Text)
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom