Event Services for Government Procurement Service
Provision of booking services for meetings and events across Central Government. UK-Liverpool: event services
2012/S 65-106419
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail: supplier@gps.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://procurement.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom & Northern Ireland. Additionally there may be some limited overseas requirements.
NUTS code UK
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 120 000 000,00 GBP
79952000, 55120000
Section III: Legal, economic, financial and technical information
This procurement will be managed electronically via the Government Procurement Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS e-Sourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://www.buyingsolutions.gov.uk/categories/eCommerce/eSourcing/guidance/.
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@gps.gsi.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Government Procurement Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact Government Procurement Service Helpdesk: freephone: +44 3454102222 email: info@gps.gsi.gov.uk.
Responses must be published by the date in IV.3.4.
The ITT can be accessed at [Emptoirs URL] using the instructions detailed in III.2.1.
The Contracting Authority may have regard to any of the following means in its assessment:
(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at [Emptoirs URL] using the instructions detailed in III.2.1.
The Contracting Authority may have regard to any of the following means in its assessment:
(a) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— Where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(b) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control;
(c) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
Section IV: Procedure
Place:
Electronically, via web-based portal.
Section VI: Complementary information
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Government procurement service intends to publish the invitation to tender (ITT) documentation, and the text of any framework agreement awarded, subject to possible redactions at the discretion of Government procurement service. The terms of the proposed framework agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at: http://www.buyingsolutions.gov.uk/aboutus/transparency/.
The Contracting Authority expressly reserves the right:
(i) Not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
If the Contracting Authority decides to enter into a framework agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this framework agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to the supplier any business through this framework agreement, although as it will be mandated it is extremely unlikely that this would happen.
The framework agreement is designed to benefit Central Government Departments, their Executive Agencies and their Non Departmental Public Bodies (NDPDs) and any successors. Without limiting the forgoing, the following is an indicative list of the Central Government bodies which will have access to use the framework agreement resulting from this procurement:
Acas (Advisory, Conciliation and Arbitration Service).
Adjudicator’s Office.
Animal Health and Veterinary Laboratories Agency (AHVLA).
Appeals Service.
Assets Recovery Agency.
Attorney General’s Office.
Audit Commission for Local Authorities and the National Health Service in England and Wales.
Better Regulation Executive.
Bona Vacantia Division (Treasury Solicitor’s Department).
UK Border Agency.
Boundary Commission for England.
Boundary Commission for Northern Ireland.
Boundary Commission for Scotland.
Boundary Commission for Wales.
British Council.
Business Link.
Cabinet Office.
Care Quality Commission.
Census.
Central Office of Information.
Charity Commission.
Child Support Agency.
Civil Contingencies Secretariat.
Civil Justice Council.
Coal Authority.
Commission for Racial Equality.
Companies House.
Competition Appeal Tribunal (CAT).
Competition Commission.
Courts Service.
Criminal Records Bureau (CRB).
Crown Estate.
Crown Prosecution Service.
Debt Management Office.
Department for Business, Innovation and Skills (BIS).
Department for Communities and Local Government (DCLG).
Department for Culture, Media and Sport (DCMS).
Department for Education.
Department of Energy and Climate Change (DECC).
Department for Environment, Food and Rural Affairs (Defra).
Department of Health (DH).
Department for International Development (DFID).
Department for Trade and Industry (DTI).
Department for Transport (DfT).
Department for Work and Pensions (DWP).
Drinking Water Inspectorate.
Driver and Vehicle Licensing Agency (DVLA).
Electoral Commission.
Employment Tribunals.
Enterprise and Business Support.
Environment Agency.
Equality and Human Rights Commission.
Export Credits Guarantee Department.
Financial Services Authority.
Fire Service College.
Floodline.
Food and Environment Research Agency.
Food Standards Agency.
Foreign and Commonwealth Office.
Forestry Commission.
Gambling Commission.
(Gambling) First-tier Tribunal.
General Register Office.
Government Actuaries Department.
Government Banking Service (GBS).
Government Communications Headquarters (GCHQ).
Government Communications Network.
Government Equalities Office.
Government News Network.
Government Procurement Service.
Health Protection Agency.
Health and Safety Executive (HSE).
Her Majesty’s Courts and Tribunals Service.
Her Majesty’s Inspectorate of Constabulary.
Her Majesty’s Inspectorate of Education.
Her Majesty’s Inspectorate of Prisons.
Her Majesty’s Inspectorate of Probation.
Her Majesty’s Land Registry.
Her Majesty’s Prison Service.
Her Majesty’s Revenue and Customs.
Her Majesty’s Treasury.
Highways Agency.
Home Office.
Human Tissue Authority.
Identity and Passport Service (IPS).
Immigration and Nationality Directorate (IND).
Independent Case Examiner.
Independent Living Fund.
Independent Police Complaints Commission.
Insolvency Service.
Jobcentre Plus.
Jobseeker Direct.
Judicial Committee of the Privy Council.
Lands Tribunal (England and Wales).
Legal Services Commission.
Local Government Ombudsman.
Maritime and Coastguard Agency.
Medicines and Healthcare Products Regulatory Agency.
Met Office.
MI5 (Security Service).
Ministry of Defence (MoD).
Ministry of Justice.
National Audit Office.
National Probation Service.
National Policing Improvement Agency (NPIA).
National Savings and Investments.
National School of Government.
National Treatment Agency.
Natural England.
National Institute for Clinical Excellance (NICE).
National Offenders Management Service (NOMS).
NHS Institute for Innovation & Improvement (NHSi).
Northern Ireland Office (NIO).
Number 10 Downing Street.
Office for Disability Issues.
Office for National Statistics.
Office for Standards in Education (OFSTED).
Office of Fair Trading.
Office of Tax Simplification (OTS).
Office of the HM Paymaster General.
Office of the Public Guardian.
Olympic Delivery Authority.
Ordnance Survey.
Passport Service.
Patent Office.
Pensions Service.
Planning Inspectorate.
Prime Minister.
Residential Property Tribunal Service.
Royal Mint.
Royal Parks Agency.
Rural Payments Agency.
Scotland Office.
Serious Fraud Office.
Serious Organised Crime Agency (SOCA).
Skills Funding Agency.
UK Space Agency.
Stabilisation Unit.
The National Archives.
Training and Development Agency for Schools.
Treasury Solicitor’s Department (TSOL).
UK Border Agency – Visa Services Directorate.
UK Intellectual Property Office.
UK Passport Service.
UK Trade and Investment.
Valuation Office Agency.
Vehicle and Operator Services Agency (VOSA).
Vehicle Certification Agency (VCA).
Veterans Agency.
Veterinary Medicines Directorate.
Visas, UK.
Wales Office.
Whole of Government Accounts.
Young People’s Learning Agency.
Youth Justice Board.
The Contracting Authority intends to use an e-Sourcing suite in this procurement exercise.
The duration of the Framework Agreement resulting from this procurement will last two years but with an option to extend for an additional two periods of a year each.
Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail: supplier@gps.gsi.gov.uk
Internet address: http://www.buyingsolutions.gov.uk
Body responsible for mediation procedures
DRS-CIArb, on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@drs-ciarb.com
Internet address: http://www.padre.org.uk