Commercial Services is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Travel Management Services Y25011 |
Notice type: | Contract Notice |
Authority: | Commercial Services |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Framework Agreement will provide the public sector with a one-stop-shop offering a range of high quality, service-focused, compliant travel management solutions. Covering the provision of both online and offline services, suppliers will be expected to be able to provide a wide range of solutions, whilst also offering advisory and administrative support. Suppliers will be required to give details of how they will provide Customers with sustainable travel solutions, how they track and report on carbon emissions, and what initiatives they have implemented to offset carbon emissions associated with travel. |
Published: | 18/02/2025 14:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Main Address: https://www.commercialservices.org.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Travel-management-services./788ZX47758
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Travel Management Services Y25011
Reference Number: Y25011
II.1.2) Main CPV Code:
63516000 - Travel management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Framework Agreement will provide the public sector with a one-stop-shop offering a range of high quality, service-focused, compliant travel management solutions. Covering the provision of both online and offline services, suppliers will be expected to be able to provide a wide range of solutions, whilst also offering advisory and administrative support.
Suppliers will be required to give details of how they will provide Customers with sustainable travel solutions, how they track and report on carbon emissions, and what initiatives they have implemented to offset carbon emissions associated with travel.
II.1.5) Estimated total value:
Value excluding VAT: 500,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
63516000 - Travel management services.
63515000 - Travel services.
63000000 - Supporting and auxiliary transport services; travel agencies services.
79997000 - Business travel services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Framework Agreement will provide the public sector with a one-stop-shop offering a range of high quality, service-focused, compliant travel management solutions. Covering the provision of both online and offline services, suppliers will be expected to be able to provide a wide range of solutions, whilst also offering advisory and administrative support.
Suppliers will be required to give details of how they will provide Customers with sustainable travel solutions, how they track and report on carbon emissions, and what initiatives they have implemented to offset carbon emissions associated with travel.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 500,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: All Public Bodies will have access to this Framework Agreement with the agreement with the
Contracting Authority. Those organisations who wish to access this Framework Agreement
are detailed in the Invitation to Tender document.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/04/2025 Time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 48
IV.2.7) Conditions for opening of tenders:
Date: 08/04/2025
Time: 14:15
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Travel-management-services./788ZX47758
To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/788ZX47758
VI.4) Procedures for review
VI.4.1) Review body:
Kent County Council (t/a Procurement Services)
1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Internet address: https://www.commercialservices.org.uk/
VI.4.2) Body responsible for mediation procedures:
Commercial Services
1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Internet address: https://www.commercialservices.org.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/02/2025
Annex A