Section one: Contracting authority
one.1) Name and addresses
British Council
PO Box 40751 00100 Nairobi
Nairobi
Contact
Joshua Nzuki
Joshua.Nzuki@Britishcouncil.or.ke
Country
Kenya
NUTS code
KE - Kenya
Internet address(es)
Main address
https://in-tendhost.co.uk/britishcouncil
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/britishcouncil
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/britishcouncil
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Registered Charity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SSA Travel Management Services
Reference number
BC/03726
two.1.2) Main CPV code
- 63516000 - Travel management services
two.1.3) Type of contract
Services
two.1.4) Short description
The British Council is sourcing for a suitable Travel Agent to offer travel management services to assist with travels arrangements, ground transfers and accommodation for its members of staff and sponsored external stakeholders for a maximum of 48 months i.e. domestic and international travels.We operate in 17 Countries across SSA region i.e. Cameroon, Botswana, Ethiopia, Ghana, Kenya, Malawi, Mauritius, Mozambique, Nigeria, Rwanda, Senegal, South Africa, Sudan, Tanzania, Uganda, Zambia, and Zimbabwe.Suppliers are free to bid for all the lots.
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
East Africa Cluster
Lot No
1
two.2.2) Additional CPV code(s)
- 63515000 - Travel services
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 63510000 - Travel agency and similar services
- 79997000 - Business travel services
- 63516000 - Travel management services
- 63500000 - Travel agency, tour operator and tourist assistance services
two.2.3) Place of performance
NUTS codes
- KE - Kenya
Main site or place of performance
Contract will be managed from Kenya, services need to be delivered to these countries: - Kenya, Uganda, Tanzania, Rwanda, Ethiopia, and Sudan.
two.2.4) Description of the procurement
The British Council is sourcing for a suitable Travel Agent to offer travel management services to assist with travels arrangements, ground transfers and accommodation for its members of staff and sponsored external stakeholders for a maximum of 48 months i.e. domestic and international travels.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Contract is for 36 months with an option to extend for further 12 months.
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
Estimated spend for LOT 1: £400,000
two.2) Description
two.2.1) Title
West Africa Cluster
Lot No
2
two.2.2) Additional CPV code(s)
- 63515000 - Travel services
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 63510000 - Travel agency and similar services
- 79997000 - Business travel services
- 63516000 - Travel management services
- 63500000 - Travel agency, tour operator and tourist assistance services
two.2.3) Place of performance
NUTS codes
- NG - Nigeria
Main site or place of performance
West Africa Cluster countries include: - Nigeria, Ghana, Cameroon, and Senegal Contract will be managed from Nigeria
two.2.4) Description of the procurement
The British Council is sourcing for a suitable Travel Agent to offer travel management services to assist with travels arrangements, ground transfers and accommodation for its members of staff and sponsored external stakeholders for a maximum of 48 months i.e. domestic and international travels.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Contract is for 36 month with an option to renew for 12 months.
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
Estimated value would be £300,000
two.2) Description
two.2.1) Title
South Africa Cluster
Lot No
3
two.2.2) Additional CPV code(s)
- 63516000 - Travel management services
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 63510000 - Travel agency and similar services
- 63515000 - Travel services
- 79997000 - Business travel services
- 63500000 - Travel agency, tour operator and tourist assistance services
two.2.3) Place of performance
NUTS codes
- ZA - South Africa
Main site or place of performance
South Africa Cluster countries include: - South Africa, Botswana, Mauritius, Malawi, Mozambique, Zambia and Zimbabwe.Contract will be managed from South Africa.
two.2.4) Description of the procurement
The British Council is sourcing for a suitable Travel Agent to offer travel management services to assist with travels arrangements, ground transfers and accommodation for its members of staff and sponsored external stakeholders for a maximum of 48 months i.e. domestic and international travels.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Contract will be for 36 months, with an option to extend with 12 months.
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
Estimated Value is £300,000
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
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
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: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
6 January 2025
Local time
11:59pm
Changed to:
Date
14 January 2025
Local time
11:59pm
See the change notice.
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: 10 April 2025
four.2.7) Conditions for opening of tenders
Date
7 January 2025
Local time
2:00pm
Place
British Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers who wish to express an interest and take part in the tender process will be required to register on our e-Tendering portal In-Tend hosted at https://in-tendhost.co.uk/britishcouncil.Once registered, bidders must log-in to the website where they can view the project and access the bidders pack and submit their return. Bidders will also be required to demonstrate their capability and `means of proof` will be required. These conditions are outlined in the ITT. The British Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The British Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.