Travel Management Services for London Universities Purchasing Consortium
Our aim is to establish a highly competitive travel services framework agreement for Member Institutions, taking advantage of our geographic concentration in and around London.
United Kingdom-London: Travel management services
2014/S 092-161913
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Universities Purchasing Consortium
LUPC, Floor 2M, University of London Union, Malet Street
For the attention of: Darran Whatley
WC1E 7HY London
UNITED KINGDOM
Telephone: +44 2078631693
E-mail: darran@lupc.lon.ac.uk
Internet address(es):
General address of the contracting authority: http://www.lupc.ac.uk/
Address of the buyer profile: https://lupc.bravosolution.co.uk/
Electronic access to information: https://lupc.bravosolution.co.uk/
Electronic submission of tenders and requests to participate: https://lupc.bravosolution.co.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)
I.2)Type of the contracting authority
I.3)Main activity
Health
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
http://www.lupc.ac.uk/list-of-members.html
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 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: Various locations in the United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 11
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 68 000 000 and 208 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
London Universities Purchasing Consortium (LUPC), a company limited by guarantee reg. no. 04784719, is a not-for-profit company owned by its Members, for its Members. Its primary purpose is to maximise value from the collaborative procurement of goods and services for over 60 Members, made up of universities and colleges, as well as government agencies, research organisations and museums and other cultural establishments. A full list of current Members may be found at: http://www.lupc.ac.uk/list-of-members.html. In inviting expressions of interest to tender for the provision of travel services, LUPC is acting as a lead organisation on behalf of its Member Institutions. All agreements resulting from this tender should be made available to and apply to all current and future members of LUPC, including associate members. Any other consortium or institution that wishes to participate in this framework agreement will only do so at the discretion of the LUPC. Providers’ attention is drawn to the fact that participating institutions may be subject to change in the future owing to strategic realignment of the Consortium or the inclusion of new full or associate Members, who could be outside the education sector, but within the public sector. Our aim is to establish a highly competitive travel services framework agreement for Member Institutions, taking advantage of our geographic concentration in and around London. The principle behind the agreement(s) is that they shall not themselves constitute contracts, but will establish a structure by which orders may be placed by participating institutions, each forming a separate contract under the terms and conditions set out in the framework agreement(s).
II.1.6)Common procurement vocabulary (CPV)
63516000, 63512000, 60210000, 55120000, 63515000
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:
Estimated value excluding VAT:
Range: between 68 000 000 and 208 000 000 GBP
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: 1 Lot title: Travel Services one stop shop
1)Short description
2)Common procurement vocabulary (CPV)
63516000
5)Additional information about lots
Lot No: 2 Lot title: Hotel, Apartment, conference snd meeting booking
1)Short description
2)Common procurement vocabulary (CPV)
55120000
5)Additional information about lots
Lot No: 3 Lot title: Group and Student travel services
1)Short description
2)Common procurement vocabulary (CPV)
63516000, 63512000
5)Additional information about lots
Section III: Legal, economic, financial and technical information
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
Description of particular conditions: Any required certificates, statutory declarations or criteria are notified within the Invitation to tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once) – Browse to the eSourcing Portal: https://lupc.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Technical capacity requirements are notified within the Invitation to tender documentation.
III.3.1)Information about a particular profession
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: It is envisaged that between 14 and 20 operators will be invited to tender. Potential Providers will need to meet the minimum criteria within the Invitation to tender documentation.
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
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: March 2018.
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority reserves the right to reject those returned late. LUPC does not accept any liability for any costs incurred by Bidders in tendering. The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. The Pre-Qualification Questionnaire is available and must be returned via the the LUPC’s Bravo e-portal:https://www.lupc.bravosolution.co.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: