Contract notice
Section I: Contracting
authority
I.1) Name and addresses
WEST MIDLANDS GROWTH COMPANY LIMITED
Baskerville House,2 Centenary Square
BIRMINGHAM
B12ND
UK
Contact person: Ronny Tigere
Telephone: +44 1212025057
E-mail: ronny.tigere@wmgrowth.com
NUTS: UKG3
Internet address(es)
Main address: https://www.wmgrowth.com
Address of the buyer profile: https://in-tendhost.co.uk/wmgrowth/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/wmgrowth/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/wmgrowth/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
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
BATP provision of travel management services contract
Reference number: 2021-WMGC-0048
II.1.2) Main CPV code
63516000
II.1.3) Type of contract
Services
II.1.4) Short description
The scope of these services is to provide travel management services for the Business and Tourism Programme (BATP) and Business as Usual BAU
II.1.5) Estimated total value
Value excluding VAT:
431 189.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63516000
II.2.3) Place of performance
NUTS code:
UKG3
Main site or place of performance:
As the crow flies from B1
II.2.4) Description of the procurement
WMGC Ltd requires setting up a Framework Agreement with a single Travel Management Company at no volume guarantee basis to assist in the planning, booking, organisation, scheduling and issue resolution of both domestic and international travel. The Travel Management Company should have an Online Booking Tool (OBT) software which has the ability to integrate with WMGC Ltd expense management solution and a team of dedicated back office staff who will be able to learn, understand and provide WMGC LTD travel requirements inline with travel policy and guidelines
The services of an experienced Travel Management Company is required for the following markets:
a) Australia
b) USA and Canada
c) India
d) Singapore and Malaysia
e) Dubai
f) China
This tender will cover the provision of a fully managed travel service for the purpose of booking all rail and air travel tickets, all hotel accommodation and other requirements related to business travel. The selected contractor to this Framework will provide WMGC Ltd with travel related services that will enable staff and event planners to book flights, accommodation and with an online booking tool (OBT) and, when required, with the assistance of a live contact centre agent who can completely book full trip itineraries for both international and domestic travel. The BATP and BAU has a requirement for both domestic (within United Kingdom) and overseas travel to key markets and the intention of this 4-year Framework Agreement is to standardise and control corporate travel across the business.
Rail, Hotel accommodation and Flights are a key spend areas for the BATP and it is estimated that spend against the Framework shall be in the region of £0 to £431,189.00 over the life of the Framework and it is estimated that the bulk of the spend (transactions) shall be on flights bookings, Rail and Hotel accommodation. The successful bidder will be required to perform, but not limited to, the services detailed in the service specifications brief. In the initial stages of the Framework call off contracts, it is expected that the majority of transactions will be undertaken off-line, but as process becomes fully embedded between WMGC Ltd and the Framework contracted Suppliers develops and spend becomes controlled, an on-line transaction will be rolled out to all service areas.
WMGC Ltd are also looking to have a solution which offers a streamlined back-office processes which helps in producing management information as required by finance and staff. The successful bidder to the framework will be required to offer and develop solutions to ensure all processes are as efficient and integrated as possible.
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:
431 189.00
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
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
Act as a single point of contact for all travel management of WMGC for period of 4 years.
Fulfil BATP and BAU travel management requirements for series of major global industry and leisure tourist events in the following markets - Canada, Australia and India, Malaysia and Singapore. May extend to North America and China. Which will include:
International Business Meetings / Events
International Sporting Events
Export Showcase Events
QBR Sales Missions
Market Visits
International Leisure Tourism Event
This will be a 4-year framework agreement - translated into a contract at the point of demand led call off. Based on the following specifications:
Spec 1 Online Rail Specification
Spec 2 Online Accommodation Specification
Spec 3 Online Air Specification
Spec 4 Online Travel Specification
Spec 5 Online Group Support Services Specification
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:
As per Tender documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per tender documents
Minimum level(s) of standards required:
As per Tender Documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As Per Tender Documents
Minimum level(s) of standards required:
As per Tender Documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per Tender documents
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/10/2021
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/10/2021
Local time: 13:00
Place:
Remotely online
Information about authorised persons and opening procedure:
Procurement Lead
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The framework will be available for use by BATP and BAU and does not guarantee suppliers any business through this framework.
The duration will be a maximum of 4 years from date when the enabling agreement is signed and we do not expect to extend the framework after the initial term. We also reserve the right to award the services outside the framework. The framework agreement will utilise WMGC terms and conditions as part of the call off process which shall be binding to all contracts as a result of call off from the framework. This procurement will be managed electronically via the In-Tend WMGC e-tendering tool. This will be the route for sharing all information and communicating with potential providers.
Once registered on In-Tend e-sourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification e-mail to alert them once this has been done. Please note this procurement exercise is being conducted using In-Tend (e-tendering platform . All
tenderers wishing to participate in this tender process are required to register on this link
https://in-tendhost.co.uk/wmgrowth/aspx/Registration and use the Register / Sign In button which is located on the left hand side of the page and complete the registration forms. Following registration, an e-mail will be sent to you advising of your user ID along with a reminder of your e-mail address and password. Details of the project are located under the current tenders link which is also where you can express an interest and receive the
documentation. Once you have done this you must log back into the website using the details provided following registration and locate the contract document under Tenders, My Tenders on the menu. The Tender should be received no later than Monday 25th October 2021. The value of the Framework headroom may be varied inline PCR (2015) Regulation 72 modification of contracts during their term in line with principles set in that regulation by varying up to 50% of the framework value as long as the modification is not substantial in altering initial procurement.
VI.4) Procedures for review
VI.4.1) Review body
Commercial Working Group
Baskerville House 2 Centenary Square Birmingham United Kingdom
Birmingham
B1 2ND
UK
Telephone: +44 1212025115
E-mail: ronny.tigere@wmgc.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
WMGC Ltd will incorporate a minimum of 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting Authority before the contract is entered into. The further clarification request of the intention to award must be sought within 10 days of issuing the intention to award letters.
VI.5) Date of dispatch of this notice
24/09/2021