Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 01924664685
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.1) Name and addresses
Eastern Shires Purchasing Organisation
Enderby
LE19 1ES
Contact
Arjun Karavadra
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
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/register?ReadForm
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/register?ReadForm
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
YPO - 001104 - Travel Management Solution II
Reference number
001104
two.1.2) Main CPV code
- 63515000 - Travel services
two.1.3) Type of contract
Services
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the supply of
Travel Management Solutions II for all public sector organisations including but not limited
to Local Authorities, Police Forces, Fire and Rescue Service, NHS, Universities and Charity
sectors. This Framework is designed to meet the needs of YPO and Other Contracting
Authorities by establishing an agreement where the end Customer will place the order with
the Provider and the Provider delivers direct to the end Customer.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Business Travel
Lot No
1
two.2.2) Additional CPV code(s)
- 63515000 - Travel services
- 63516000 - Travel management services
- 79952000 - Event services
- 79997000 - Business travel services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 is for business travel needs and requirements. YPO is looking to work with up to three
Travel Management Company (TMC’s) Providers who are expected to work with YPO, ESPO,
and the Contracting Authority to provide business travel for public sector organisations
including, but not limited to Local Authorities, Government Departments, Housing
Associations, Universities, Higher Education, Charity sectors. This will include an online
booking portal and offline booking services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 10%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 March 2023
End date
7 March 2027
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 8th March 2023 to 7th March 2025 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of October 2024 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 8th March 2023 to 7th March 2027 (subject to an annual review, incorporating price negotiations and KPI performance).
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) Description
two.2.1) Title
Lot 2 - Travel for Emergency Services
Lot No
2
two.2.2) Additional CPV code(s)
- 63515000 - Travel services
- 63516000 - Travel management services
- 79952000 - Event services
- 79997000 - Business travel services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 is for emergency services travel needs and requirements. YPO is looking for a strategic
Provider who is expected to work with YPO, ESPO, and the Contracting Authority to provide
travel for Emergency Services Customers (Including but not limited to Police Forces, Fire
and Rescue and NHS). This will include an online booking portal and offline booking services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 March 2023
End date
7 March 2027
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 8th March 2023 to 7th March 2025 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of October 2024 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 8th March 2023 to 7th March 2027 (subject to an annual review, incorporating price negotiations and KPI performance).
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) Description
two.2.1) Title
Lot 3 - Travel for Universities
Lot No
3
two.2.2) Additional CPV code(s)
- 63515000 - Travel services
- 63516000 - Travel management services
- 79952000 - Event services
- 79997000 - Business travel services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 is for travel needs and requirements for universities. YPO is looking for a strategic
Provider who is expected to work with YPO, ESPO, and the Contracting Authority to provide
business and study travel for university Customers. This will include an online booking portal
and offline booking services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 10%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 March 2023
End date
7 March 2027
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will cover the period from 8th March 2023 to 7th March 2025 with two options to extend for an additional 12 months. The first decision to extend the Framework period will be taken by the end of October 2024 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. The maximum Framework period will therefore be 4 years, from 8th March 2023 to 7th March 2027 (subject to an annual review, incorporating price negotiations and KPI performance).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Organisations must ensure that they are not in breach of any of the mandatory or
discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations
2015. Please refer to the Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.
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.2.2) Contract performance conditions
Please refer to the Framework Agreement Terms and Conditions located on our EProcurement system. The web address can be found under Procurement Documents in
‘Communication’ Section in this notice.
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
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: 2022/S 000-031003
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 January 2023
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 January 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: There is a possibility that this framework will be subject to renewal after 3.5 years from the commencement date.
six.3) Additional information
YPO and ESPO are purchasing on the behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users and https://www.espo.org/About-us-(1)/FAQs/Legal/How-does-ESPO-define-the-geographical-areas,-reffe
YPO will incorporate a standstill period at the point of notification of the award of the
contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the
contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who
have been harmed or are at risk of harm by a breach of the rules to take action in the High
Court (England, Wales and Northern Ireland).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom