Tender for Business Travel Management Services
Lot 1 – Appointment of a Travel Management Company capable of providing an efficient responsive service for travel on University business.
United Kingdom-Sunderland: Supporting and auxiliary transport services; travel agencies services
2015/S 060-105259
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Sunderland
2nd Floor, Edinburgh Building, Chester Road
For the attention of: Joanne Yewdell
SR1 3SD Sunderland
UNITED KINGDOM
Telephone: +44 1915152541
E-mail: tenders@sunderland.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
University of Sunderland Students Union
Ground Floor, Edinburgh Building, Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 20: Supporting and auxiliary transport services
NUTS code UKC23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Lot 1 – Appointment of a Travel Management Company capable of providing an efficient responsive service for travel on University business. Agents must be capable of advising the most cost effective travel options whilst keeping health and safety in mind, to secure Accommodation, Air, Rail (UK and Overseas, Inc Eurostar), Hotel, Car Hire and Ferry Tickets, associated business travel facilities for example Passport, Visa and Emergency Aid should be available. Agents must be able to demonstrate a proactive account management capability, variety of payment methods, clear invoicing and management information reporting and the ability to utilise current and future technology to its best advantage.
Lot 2 — Appointment of a once stop shop solution to supply and book vehicle management services to support its taxi, coach and mini bus (with driver) and self drive vehicles requirements. For the use by students, staff and visitors to the University. Suppliers must be able to demonstrate a proactive account management capability, variety of payment methods, clear invoicing and management information reporting and the ability to utilise current and future technology to its best advantage.
II.1.6)Common procurement vocabulary (CPV)
63000000, 63500000, 63510000, 63511000, 63512000, 63513000, 63514000, 63515000, 63516000, 63520000, 79997000, 34121000, 34121500,60172000, 60120000, 60180000, 34110000, 34115200, 34120000, 60210000, 60410000, 60171000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Business Travel Management Services
1)Short description
2)Common procurement vocabulary (CPV)
79997000, 63516000, 63510000, 63515000, 79997000, 63511000, 63513000, 63514000, 60210000, 60410000, 60171000, 60172000
3)Quantity or scope
Lot No: 2Lot title: Supply amd Manage Car, Van, Coach, Minibus and Taxi Hire
1)Short description
2)Common procurement vocabulary (CPV)
63516000, 60170000, 60120000, 60140000, 60100000, 34120000, 34121000, 34115200, 60172000
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Further information will be requested in the form of a pre qualification questionnaire.
III.2.3)Technical capacity
Further information will be requested in the form of a pre qualification questionnaire.
Minimum level(s) of standards possibly required:
Further information will be requested in the form of a pre qualification questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 41-070140 of 27.2.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): Any commissions under this contract or framework maybe subject to external funding from bodies such as Arts Council, ERDF, Heritage Lottery Fund, LEP etc and the successful suppliers will be expected to work with the University on any funding applications where appropriate. This list of funding bodies is not exhaustive.
VI.4.1)Body responsible for appeal procedures
University of Sunderland
2nd Floor Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
E-mail: tenders@sunderland.ac.uk
Telephone: +44 1915152473
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
Body responsible for mediation procedures
University of Sunderland
2nd Floor Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
E-mail: tenders@sunderland.ac.uk
Telephone: +44 1915152473
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
VI.4.3)Service from which information about the lodging of appeals may be obtained
University of Sunderland
2nd Floor Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
E-mail: tenders@sunderland.ac.uk
Telephone: +44 1915152473
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
VI.5)Date of dispatch of this notice: