Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
10007158
BUILDING 37, HIGHFIELD CAMPUS, UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
UK
Contact person: Morgan Hughes
Telephone: +44 2380595000
E-mail: procurement@soton.ac.uk
NUTS: UKJ32
Internet address(es)
Main address: https://www.southampton.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
I.4) Type of the contracting authority
Other: Higher Education Institution not subject to PCR 2015 Regulations.
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Business Travel Management Services 2025
Reference number: 2023UoS-1138
II.1.2) Main CPV code
63516000
II.1.3) Type of contract
Services
II.1.4) Short description
The University requires a Travel Management Company (TMC) that is able to facilitate the travel booking needs for a large and diverse range of stakeholders, including but not limited to Air Travel, Rail Travel and Accommodation Booking, for Domestic and International travel requirements.
The University requires a TMC with the provision to provide these services both online through a booking platform and smartphone based app, and offline through a UK based call-centre type model.
The University has used the services of a TMC since October 2017. As the current TMC contract is ending in October 2025, the University is now seeking to re-contract for this service for up to a further 7 years.
II.1.5) Estimated total value
Value excluding VAT:
42 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63510000
II.2.3) Place of performance
NUTS code:
UKJ32
II.2.4) Description of the procurement
The University requires a Travel Management Company (TMC) that is able to facilitate the travel booking needs for a large and diverse range of stakeholders, including but not limited to Air Travel, Rail Travel and Accommodation Booking, for Domestic and International travel requirements.
The University requires a TMC with the provision to provide these services both online through a booking platform and smartphone based app, and offline through a UK based call-centre type model.
The University has used the services of a TMC since October 2017. As the current TMC contract is ending in October 2025, the University is now seeking to re-contract for this service for up to a further 7 years.
The University is conducting this procurement using a single-stage procedure for the purpose of procuring the services described in the Specification. The University proposes to enter into a Contract for up to 7-years and 4-months with the successful Supplier.
This will comprise of an initial contract period of 4-months for the implementation of the service, followed by an initial term of 4-years, with two optional extensions of a further 18-months per extension.
The estimated value of the proposal is between £24,000,000.00 and £42,000,000.00
The estimated value of the initial 4-year contract term is in the region of £24,000,000.00 GBP (excluding VAT).
The estimated value of the first 18-month extension period is £9,000,000.00 GBP (excluding VAT).
The estimated value of the second 18-month extension period is £9,000,000.00 GBP (excluding VAT).
It is estimated, therefore, that the total value of this contract will be between £24,000,000.00 and £42,000,000.00 GBP (excluding VAT).
Details of current expenditure or potential future uptake are given as a guide base on past purchasing and current planning to assist you in the preparation of your Tender. They should not be interpreted as an undertaking to purchase any goods or services to any particular value and do not form part of the Contract.
PLEASE NOTE: The University of Southampton no longer meets the criteria of a 'body governed by public law' and is therefore not considered a contracting authority for the purposes of the Public Contracts Regulations 2015 (PCR 2015) and/or any replacement legislation. This procurement process is not regulated by UK (or EU) public procurement law.
Where the University advertises contracts, through any public sector tender portal, it does so on a voluntary basis by way of transparency and to encourage open competition, but it is not required to comply with the procurement legislation.
For the purpose of procuring the services described, the University is acting in accordance with its internal Financial Regulations and the procured detailed in the Invitation to Tender document set.
Nothing which is done during the procurement process (including the publication of the contract notice and use of terminology which may be defined by the PCR 2015) should be taken to imply that the University is voluntarily complying with the PCR 2015 or intends to do so.
Some of the stages, documentation and terminology adopted in the University's procurement process may have similarities to ones regulated by and defined under the PCR 2015, but they will not be regulated by the PCR 2015 during this process and should not be taken as references to those things as defined by the PCR 2015.
Interested parties are invited to express their interest and submit their proposals in accordance with the instructions provided in the Invitation to Tender documentation.
The University aims to ensure a fair, transparent, and competitive procurement process to select the most suitable partner for this significant project.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Service Requirements
/ Weighting: Pass/Fail
Quality criterion: Mandatory IT Non-Functional Requirements
/ Weighting: Pass/Fail
Quality criterion: Highly Desirable IT Non-Functional Requirements
/ Weighting: 2.50%
Quality criterion: Desirable Service Requirements
/ Weighting: 47.50%
Quality criterion: Usability Testing Requirements - Complex
/ Weighting: 10.00%
Quality criterion: Usability Testing Requirements - Non-Complex
/ Weighting: 10.00%
Quality criterion: Usability Testing Requirements - Accessibility
/ Weighting: 5.00%
Cost criterion: Transaction Fees
/ Weighting: 20.00%
Cost criterion: Account Management Fees
/ Weighting: 2.50%
Cost criterion: Reporting and MI Fees
/ Weighting: 1.25%
Cost criterion: Implementation Fees
/ Weighting: 1.25%
II.2.6) Estimated value
Value excluding VAT:
42 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 88
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.
The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe.
Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used.
This method is detailed within the Invitation to Tender document set.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:
Employers (Compulsory) Liability: £10 Million GBP.
Public Liability: £5 Million GBP.
Professional Indemnity: £5 Million GBP.
Cyber Liability: £2.5 Million GBP.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers attention is drawn to the MANDATORY requirements of the award criteria:
Grounds for mandatory exclusion
- Mandatory qualitative requirements 3.1, 4.1, 5.1, 6.1.1, 6.1.2, 6.1.3, 6.1.4, 7.1.1, 7.1.2, 7.1.3, 7.1.4, 7.1.5, 8.1.1, 8.1.2, 9.1, 10.1.1, 10.1.2, 10.1.3, 10.1.4, 11.1.1, 11.1.2, 12.1.1 to 12.1.9, 12.1.12, 13.1, 14.1, 15.1, 16.1.1, 16.1.2, 17.1, 18.1, 19.1, 20.1, 21.1, 22.1, 23.1, 24.1.1 + 24.1.2, 24.1.3, 24.1.4, 24.1.5, 24.1.6 + 24.1.7, 25.1, 26.1.1, 26.1.2, 27.1, 28.1, 29.1, 30.1, 31.1, 32.1, 33.1, 24.1, 25.1, 36.1, 37.1, 38.1.1 to 38.1.9, and M-NFR-1 to M-NFR-19.
- Failure to meet the minimum required score for Highly Desirable IT Non-Functional requirements H-NFR-1 to H-NFR-22
- Failure to provide access to the proposed booking system for usability testing
Ground for discretionary exclusion
- Economic & Financial Standing
- Insurance
- Compliance with equality legislation
- Legal requirements
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
24/02/2025
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend(https://in-tendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
All documentation in relation to this tender can be downloaded from In-Tend.
Tenderers are advised that there will be no hardcopy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.
Further instructions for the submission of responses are below:
To submit your return:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.
Costs and Expenses: Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by tenderers or any of their supply chain, partners or advisers in this procurement process.
The University is not liable for any costs in the event of the cancellation of this procurement process.
VI.4) Procedures for review
VI.4.1) Review body
University of Southampton
University Road
Southampton
SO17 1BJ
UK
E-mail: procurement@soton.ac.uk
VI.5) Date of dispatch of this notice
13/01/2025