Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Offshore Renewable Energy Catapult
INOVO, 121 George Street
Glasgow
G1 1RD
UK
Telephone: +44 3330041400
E-mail: procurement@ore.catapult.org.uk
NUTS: UK
Internet address(es)
Main address: www.ore.catapult.org.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA29950
I.1) Name and addresses
Active Building Centre Co. Ltd
11962431
John Huggett Building, Gloucester Science And Technology Park, Berkeley
Gloucester
GL13 9FB
UK
E-mail: Tony@activebuildingcentre.com
NUTS: UK
Internet address(es)
Main address: https://www.activebuildingcentre.com
I.1) Name and addresses
Agri-Tech Centres
Edgmond Newport
TF10 8JZ
UK
E-mail: andrew.clifton@agri-epicentre.com
NUTS: UK
Internet address(es)
Main address: https://www.agritechcentres.com/
I.1) Name and addresses
Catapult Network & Trading Subsidiaries
UK
UK
Contact person: Sheena Thomson
E-mail: procurement@ore.catapult.org.uk
NUTS: UK
Internet address(es)
Main address: https://catapult.org.uk
I.1) Name and addresses
Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC)
Oxford
UK
E-mail: john.thompson@vmicuk.com
NUTS: UK
Internet address(es)
Main address: https://www.vmicuk.com
I.1) Name and addresses
UK Battery Industrialisation Centre (UKBIC)
Coventry
UK
E-mail: ian.whiting@ukbic.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.ukbic.co.uk/
I.1) Name and addresses
Glass Futures
Sheffield
UK
E-mail: aston.fuller@glass-futures.org
NUTS: UK
Internet address(es)
Main address: https://www.glass-futures.org/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Business Travel Management Services Framework Agreement
II.1.2) Main CPV code
63516000
II.1.3) Type of contract
Services
II.1.4) Short description
The Invitation to Tender is for a Business Travel Management Services Framework Agreement issued by Offshore Renewable Energy Catapult (“The Authority”), as a collaboration lead on behalf of the Catapult programme and their Trading Subsidiaries (https://www.catapult.org.uk/). The Business Travel Management Services Framework is to cover the requirements of the Catapult centres, as well as other Innovate UK funded projects such as https://www.vmicuk.com; https://www.activebuildingcentre.com; https://www.glass-futures.org; https://www.agritechcentres.com/agri-epi-centre, and their subsidiaries. It will also be made available to any new Innovate UK funded projects created during the term of the framework. Each Buying Authority (or their trading subsidiary) is a legal entity in its own right and therefore individually responsible for any liabilities as a consequence of any Call Off Agreement.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63515000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
All UK Locations
II.2.4) Description of the procurement
Provision of Business Travel Management Services
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 Framework may be used for travel requirements relating to projects fully or partly funded by European
Union Funds.
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:
Requirements listed in ITT Documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 144-355971
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/07/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/08/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
(WA Ref:111577)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I
above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any
appeals must be brought within the timescales specified by the applicable law, including without limitation, the
Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of
contract is communicated to tenderers.
As the UK does not have any special review body with responsibility for appeal/mediation procedures in public
procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which
proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
18/06/2021