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 3150103503
Country
United Kingdom
NUTS 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
Other activity
Public Procurement for travel booking solutions
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Travel and Venue Solutions
Reference number
RM6217
two.1.2) Main CPV code
- 63516000 - Travel management services
two.1.3) Type of contract
Services
two.1.4) Short description
Crown Commercial Service, as the Authority, is putting in place a Framework Agreement for the provision of Travel and Venue booking solutions for use by Central Government Departments and all other UK Public Sector Bodies, including but not limited to Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
This will also include British and foreign nationals in the event that the UK Government is supporting them as part of an emergency and/or crisis management response.
two.1.5) Estimated total value
Value excluding VAT: £11,500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders can only be awarded onto either Lot 1 or Lot 2, they cannot be awarded a place on both Lots. If a bidder is successful in both Lot 1 and Lot 2 they will be awarded
a Framework contract based on their preference in the selection questionnaire.
The maximum number of awards to a bidder would be either Lot 1 or 2, Lot 3 and Lot 4.
two.2) Description
two.2.1) Title
Booking Solutions UK Points of Sale – Low Touch
Lot No
1
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 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
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches 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
- 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
- 63520000 - Transport agency services
- 63700000 - Support services for land, water and air transport
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63726400 - Ship chartering services
- 75122000 - Administrative healthcare services
- 79625000 - Supply services of medical personnel
- 79710000 - Security services
- 79952000 - Event services
- 79997000 - Business travel services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 is for the provision of Travel and Venue booking solutions from UK points of sale.
The customer demographic for this Lot is to address the following requirements:
Customer(s) with low to no additional requirements and high online adoption (above 90%), mostly domestic travel.
The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking).
Optional Services: Travel Ancillary Services
The full scope of Lot 1 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
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
two.2.14) Additional information
The initial duration of the framework is 3 years with an option to extend for up to one year.
two.2) Description
two.2.1) Title
Booking Solutions UK & Overseas Points of Sale - High Touch
Lot No
2
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 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
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches 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
- 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
- 63520000 - Transport agency services
- 63700000 - Support services for land, water and air transport
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63726400 - Ship chartering services
- 75122000 - Administrative healthcare services
- 79625000 - Supply services of medical personnel
- 79710000 - Security services
- 79952000 - Event services
- 79997000 - Business travel services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 is for the provision of Travel and Venue booking solutions from UK and Overseas points of sale.
The customer demographic for this Lot is to address the following requirements:
Customer(s) with premium requirements above Framework, online adoption under 90%. Considerable international volume.
The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking.
Optional Services: Air/Boat/Helicopter chartering, Crisis Management Services (Repatriation, Emergency Accommodation, MEDEVAC) Security & Risk Management services, Implants.
The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
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
two.2.14) Additional information
The initial duration of the framework is 3 years with an option to extend for up to one year.
two.2) Description
two.2.1) Title
Booking Solutions Specialist Needs
Lot No
3
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 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
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches 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
- 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
- 63520000 - Transport agency services
- 63700000 - Support services for land, water and air transport
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63726400 - Ship chartering services
- 75122000 - Administrative healthcare services
- 79625000 - Supply services of medical personnel
- 79710000 - Security services
- 79952000 - Event services
- 79997000 - Business travel services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 is for provision of Travel and Venue Booking Solutions with specialist needs.
The customer demographic for this Lot is to address the following requirements from the Ministry of Defence (MOD):
Premium requirements above Framework, online adoption under 90%. Considerable international volume.
The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to International Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) Group Accommodation, Crisis Management Services (Repatriation, Emergency Accommodation, MEDEVAC) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking.
The full scope of Lot 3 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
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
two.2.14) Additional information
The initial duration of the framework is 3 years with an option to extend for up to one year.
two.2) Description
two.2.1) Title
Booking Solutions Venues & Events
Lot No
4
two.2.2) Additional CPV code(s)
- 30237240 - Web camera
- 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
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60171000 - Hire of passenger cars with driver
- 60172000 - Hire of buses and coaches 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
- 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
- 63520000 - Transport agency services
- 63700000 - Support services for land, water and air transport
- 63710000 - Support services for land transport
- 63711000 - Support services for railway transport
- 63726400 - Ship chartering services
- 75122000 - Administrative healthcare services
- 79625000 - Supply services of medical personnel
- 79710000 - Security services
- 79952000 - Event services
- 79997000 - Business travel services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Domestic and international Venue Find and Events booking solutions including find booked from UK points of sale.
Includes the booking of venues for exclusive use and group accommodation and booking of Virtual/Digital/Hybrid meetings & events.
The full scope of Lot 4 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
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
two.2.14) Additional information
The initial duration of the framework is 3 years with an option to extend for up to one year.
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
Envisaged maximum number of participants to the framework agreement: 8
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 253-639089
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 August 2021
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 August 2021
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
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/8fe99c23-e34b-4248-ab08-1fb739bb8eee
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials 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 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, for services under and in connection with this procurement.
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 reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Minimum Standards of Reliability – as set out in the selection questionnaire in the ITT pack.
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.
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 3450103503
Country
United Kingdom