Tender for Travel and Accommodation Management Service
Tees, Esk and Wear Valley Foundation NHS Trust have a requirement to provide accessible travel and venue booking arrangements to staff across the Trust.
United Kingdom-Durham: Travel management services
2015/S 181-328036
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
County Durham Procurement Consortium on behalf of Tees, Esk and Wear Valley NHS Foundation Trust
Bede House, Belmont, County Durham
Contact point(s): https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=3270&Culture=en-GB
For the attention of: Katrina Foster
DH1 1TW Durham
UNITED KINGDOM
Telephone: +44 1913332880
E-mail: katrina.foster@cddft.nhs.uk
Internet address(es):
General address of the contracting authority: http://www.tewv.nhs.uk
Electronic access to information:https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=3270&Culture=en-GB
Electronic submission of tenders and requests to participate:https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=3270&Culture=en-GB
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
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 27: Other services
Main site or location of works, place of delivery or of performance: North East England.
NUTS code UKC
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)
Contract Period: 36 months commencing 1.4.2016 (with the option to extend 2 x 12 months)
Access Opportunity: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=3270&Culture=en-GB
II.1.6)Common procurement vocabulary (CPV)
63516000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 400 000 and 1 600 000 GBP
II.2.2)Information about options
Description of these options: Option to extend contract by a further 2 x 12 months.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
In accordance with Regulation 58 of the Public Contracts Regulations 2015.
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
Objective criteria for choosing the limited number of candidates: Full details of the criteria are detailed in the pre-qualification questionnaire which must be sought and returned by the closing deadline.
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Service Offering. Weighting 10
2. Implementation Plan. Weighting 10
3. Training and Marketing Support. Weighting 5
4. Online Booking Tool. Weighting 10
5. Delivery of Service. Weighting 10
6. Business Continuity. Weighting 5
7. Price — Management/Transactional Fees. Weighting 45
8. Price — Added Value (Rebate/Commission). Weighting 5
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 60.
VI.2)Information about European Union funds
VI.3)Additional information
Following an expression of interest, the PQQ will be available to complete on the eSourcing system and the ITT will be available to view. The PQQ must be returned in accordance with the instructions set out in the PQQ by the time and date indicated. The contracting authority does not bind itself to accept the lowest or any offer and reserves the right to accept an offer in either whole or in part. The contracting authority is not responsible for any costs incurred by bidders in relation to the participation in this process. All figures provided in this notice are approximate.
VI.5)Date of dispatch of this notice: