Provision of Travel Services for Immigration Purposes.
United Kingdom-Croydon: Travel services
2016/S 054-089911
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
7th Floor, Long Corridor, 40 Wellesley Road
Croydon
CR9 2BY
UNITED KINGDOM
Contact person: Travel Services Procurement Project Team
E-mail: travelservicesprocurement@homeoffice.gsi.gov.uk
NUTS code: UKInternet address(es):Main address: http://www.gov.uk/government/organisations/home-office
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Travel Services for Immigration Purposes.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of a number of travel services which includes, but are not limited to, booking of scheduled and chartered flights and hotels for immigration purposes.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Home Office is responsible, under the Immigration Act 1971 and the Immigration and Asylum Act 1999, for detaining and/or enforcing the removal of certain persons (returnees) from the UK.
Returnees (and when required security escort staff) are transported either by scheduled flights with commercial carriers or via chartered aircraft.
The core objective of the Travel Service is to manage the transport arrangements for those individuals being removed from the UK. There may also be a requirement to manage travel arrangements for other immigration/government purposes as required by the Authority e.g. for Prisoner Transfers overseas.
The Home Office is seeking commercial partner(s) for the provision of a range of travel booking services. These services include (but are not limited to):
— Provision of a comprehensive travel service that complies with requirements and restrictions imposed in relation to the transportation of immigration passengers by carriers for scheduled flights;
— Provision of tickets for Service Users, taking into account restrictions imposed by individual airlines;
— Following detailed and specific individual airline procedures for obtaining refunds;
— Managing relationships with the carriers to maximise cost-effective opportunities
— Provision of a complete Charter service as necessary.
— Providing hotel bookings as necessary.
The estimated contract value of 9 000 000 GBP, provided at Section II.3, is an estimated total value for the period of 7 years (5 years initial period and two years extension). This estimated total value does not include pass through cost of approximately 200 000 000 GBP which is associated with purchase costs for Tickets, chartering aircraft(s) and hotel bookings.
With regards to Section I.3) Communication, in order to gain access to the procurement documents potential bidders are required to follow the instructions given at Section VI.3) Additional information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This contract can be extended by further 2 extensions of 1 year each.
II.2.9)Information about the limits on the number of candidates to be invited
The evaluation process will be detailed within the Request for Information (PQQ) documentation. The Authority intends to invite 5 Respondents, who meet the Authority’s PQQ requirements to Tender.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of this. The Authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Potential Suppliers are requested to express interest by 12.4.2016; the process for expression of interest and requesting further information is set out below.
For the avoidance of doubt, please note that potential suppliers are required to express an interest separately for this competition regardless of their involvement in the Market Engagement activities, any such involvement will not constitute an expression of interest for the competition advertised in this notice.
The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest process please follow the steps set out below.
Step 1.
Any organisation intending to submit an expression of interest must be registered (unless your organisation is already registered) as a supplier with the Crown Commercial Service (CCS) eSourcing Portal (see the timeline for expressing interest below).
To register, visit the portal’s login page at https://gpsesourcing.cabinetoffice.gov.uk by clicking on the Register for CCS eSourcing link on the portal homepage.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk: + 44 345 010 3503 or email:supplier@ccs.gsi.gov.uk
Please note that before potential suppliers can be provided with further information regarding this project they will be required to sign a Non Disclosure Agreement (NDA) and return it to the Home Office.
Step 2.
Once potential suppliers are registered on the CCS portal, they are required to email: travelservicesprocurement@homeoffice.gsi.gov.uk following which they will be linked to the event entitled ‘Travel Services Procurement Project (NDA)’ which will enable them to gain access to the NDA. In their email: travelservicesprocurement@homeoffice.gsi.gov.uk potential suppliers should include following details:
— Their full name(s),
— The full name and contact details (e-mail address and telephone number) of the person (who is registered on the CCS portal) with whom the Home Office can communicate on this matter.
Once they have obtained access to the NDA event, the potential suppliers should read the NDA instructions; then sign and submit the NDA to the Home Office via the CCS portal as soon as possible.
Step 3.
Once the NDA is submitted, potential suppliers should send an email entitled ‘Travel Services Procurement Project — RFI’ totravelservicesprocurement@homeoffice.gsi.gov.uk confirming submission of the NDA. Once the email confirmation is received the Home Office will check the NDA on order to link the organisation to the event on CCS portal where the Request for Information (RFI) documentation will be available.
If your organisation is proposing to submit bids under more than one entity i.e. as a Sole Provider and Joint Venture you will need to ensure that your organisation is multi-registered on the eSourcing portal.
If your organisation is only proposing to place a single bid type i.e. as either a Sole Provider, Joint Venture or Consortium you have NO need to multi-register but MUST inform us of which entity you will be responding under.
Organisations who have complied with the foregoing will receive details of how to access and complete the online request for information (RFI).
RFI clarification request must be submitted no later than 8.4.2016, 11:00 BST.
Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
Bidders should note that the Authority regards evaluation of tenders as a continuous process right up to award of contract. Due consideration will be given to any relevant factors that come to light during this process and further information may be sought at any time.
In the event of an unsatisfactory finding at any stage in the evaluation process, the Authority reserves the right to disqualify the organisation concerned from the competition without compensation.
VI.4.1)Review body
Not Applicable
UNITED KINGDOM
VI.4.2)Body responsible for mediation procedures
Not Applicable
UNITED KINGDOM
VI.5)Date of dispatch of this notice: