Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Business Travel Management Services Framework Agreement

  • First published: 18 June 2021
  • Last modified: 18 June 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-111577
Published by:
Offshore Renewable Energy Catapult
Authority ID:
AA29950
Publication date:
18 June 2021
Deadline date:
19 July 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 63516000, 63515000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
63516000 Travel management services Travel agency and similar services
63515000 Travel services Travel agency and similar services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
18 June 2021
Deadline date:
19 July 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Offshore Renewable Energy Catapult
Publication date:
18 June 2021
Notice type:
14 Corrigendum
Authority name:
Offshore Renewable Energy Catapult
Publication date:
30 November 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Offshore Renewable Energy Catapult

About the buyer

Main contact:
procurement@ore.catapult.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/06/2021 14:41
Amendment to Contract Value
The published value was 10,000000.00 GBP. The value should have stated £8,000000.00 GBP or 10,000000.00 Euros.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.