Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3150103503
E-bost: supplier@crowncommercial.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/ccs
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://crowncommercialservice.bravosolution.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://crowncommercialservice.bravosolution.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Arall: Public Procurement for travel booking solutions
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Travel and Venue Solutions
Cyfeirnod: RM6217
II.1.2) Prif god CPV
63516000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Crown Commercial Service, as the Authority, is putting in place a Framework Agreement for the provision of Travel and Venue booking solutions for use by Central Government Departments and all other UK Public Sector Bodies, including but not limited to Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.
This will also include British and foreign nationals in the event that the UK Government is supporting them as part of an emergency and/or crisis management response.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 11 500 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 4
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
Bidders can only be awarded onto either Lot 1 or Lot 2, they cannot be awarded a place on both Lots. If a bidder is successful in both Lot 1 and Lot 2 they will be awarded
a Framework contract based on their preference in the selection questionnaire.
The maximum number of awards to a bidder would be either Lot 1 or 2, Lot 3 and Lot 4.
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Booking Solutions UK Points of Sale – Low Touch
II.2.2) Cod(au) CPV ychwanegol
30237240
48222000
55000000
55100000
55110000
55120000
55130000
60120000
60170000
60171000
60172000
60200000
60400000
60410000
60420000
60423000
60424000
60424100
60424110
60424120
60651000
60651100
60651200
60653000
63000000
63500000
63510000
63515000
63520000
63700000
63710000
63711000
63726400
75122000
79625000
79710000
79952000
79997000
85100000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Lot 1 is for the provision of Travel and Venue booking solutions from UK points of sale.
The customer demographic for this Lot is to address the following requirements:
Customer(s) with low to no additional requirements and high online adoption (above 90%), mostly domestic travel.
The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking).
Optional Services: Travel Ancillary Services
The full scope of Lot 1 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 40
Price
/ Pwysoliad:
60
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 000 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The initial duration of the framework is 3 years with an option to extend for up to one year.
Rhif y Lot 2
II.2.1) Teitl
Booking Solutions UK & Overseas Points of Sale - High Touch
II.2.2) Cod(au) CPV ychwanegol
30237240
48222000
55000000
55100000
55110000
55120000
55130000
60120000
60170000
60171000
60172000
60200000
60400000
60410000
60420000
60423000
60424000
60424100
60424110
60424120
60651000
60651100
60651200
60653000
63000000
63500000
63510000
63515000
63520000
63700000
63710000
63711000
63726400
75122000
79625000
79710000
79952000
79997000
85100000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Lot 2 is for the provision of Travel and Venue booking solutions from UK and Overseas points of sale.
The customer demographic for this Lot is to address the following requirements:
Customer(s) with premium requirements above Framework, online adoption under 90%. Considerable international volume.
The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking.
Optional Services: Air/Boat/Helicopter chartering, Crisis Management Services (Repatriation, Emergency Accommodation, MEDEVAC) Security & Risk Management services, Implants.
The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The initial duration of the framework is 3 years with an option to extend for up to one year.
Rhif y Lot 3
II.2.1) Teitl
Booking Solutions Specialist Needs
II.2.2) Cod(au) CPV ychwanegol
30237240
48222000
55000000
55100000
55110000
55120000
55130000
60120000
60170000
60171000
60172000
60200000
60400000
60410000
60420000
60423000
60424000
60424100
60424110
60424120
60651000
60651100
60651200
60653000
63000000
63500000
63510000
63515000
63520000
63700000
63710000
63711000
63726400
75122000
79625000
79710000
79952000
79997000
85100000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Lot 3 is for provision of Travel and Venue Booking Solutions with specialist needs.
The customer demographic for this Lot is to address the following requirements from the Ministry of Defence (MOD):
Premium requirements above Framework, online adoption under 90%. Considerable international volume.
The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to International Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) Group Accommodation, Crisis Management Services (Repatriation, Emergency Accommodation, MEDEVAC) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking.
The full scope of Lot 3 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 000 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The initial duration of the framework is 3 years with an option to extend for up to one year.
Rhif y Lot 4
II.2.1) Teitl
Booking Solutions Venues & Events
II.2.2) Cod(au) CPV ychwanegol
30237240
48222000
55000000
55100000
55110000
55120000
55130000
60120000
60170000
60171000
60172000
60200000
60400000
60410000
60420000
60423000
60424000
60424100
60424110
60424120
60651000
60651100
60651200
60653000
63000000
63500000
63510000
63515000
63520000
63700000
63710000
63711000
63726400
75122000
79625000
79710000
79952000
79997000
85100000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Domestic and international Venue Find and Events booking solutions including find booked from UK points of sale.
Includes the booking of venues for exclusive use and group accommodation and booking of Virtual/Digital/Hybrid meetings & events.
The full scope of Lot 4 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 500 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The initial duration of the framework is 3 years with an option to extend for up to one year.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 8
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2020/S 253-639089
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/08/2021
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
31/08/2021
Amser lleol: 15:01
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/8fe99c23-e34b-4248-ab08-1fb739bb8eee
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Minimum Standards of Reliability – as set out in the selection questionnaire in the ITT pack.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3450103503
E-bost: supplier@crowncommercial.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.crowncommercial.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
29/07/2021