Travel, Transport, Accommodation & Venue Solutions

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£12B
Sector
TRANSPORT
Published
23 May 2024
Delivery
To 24 Jun 2028 (est.)
Deadline
24 Jun 2024 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

The framework agreement covers Travel, Transport, Accommodation & Venue booking solutions, including the sourcing of air, rail and ground transportation inc vehicle hire, commercial accommodation (including, but not limited to: hotels, serviced apartments, holiday parks and camp-sites, staff blocks, halls of residence, barges and cruise vessels), ancillary services such as visas, passports and currency; services related to travel crisis response projects as required (eg. COVID test kits, evacuation services such as MEDEVAC flights, charter flights, security services, as well as emergency housing). The scope of services also includes the provision of emergency travel, accommodation and support services to UK and Foreign Nationals that are under the care of the UK Government, including, but not limited to Asylum seekers, Afghan, Sudan and Ukrainian refugees, victims of abuse, released prisoners and rough sleepers. Service provision will not only include the sourcing of suitable accommodation venues, but also the supply of additional supporting services such as welfare, security and translation services.

Lot Division

1 UK & OVERSEAS-BOOKED BUSINESS TRAVEL, APPROVED CIVILIAN PROGRAMMES AND EMERGENCY RESPONSE SOLUTIONS
  • Value: £5B

A lot to cover the full scope of traditional UK or global-booked business travel, meetings, conferences and venues for events. Civilian programmes and crisis response travel and accommodation solutions, with additional (optional) wraparound welfare and security services for civilians as part of venue or accommodation-find services. Chartered air, rail or ground transportation for any type of planned or unplanned event or emergency response situation; commercial air, rail, ground transport or accommodation services. Accommodation including but not limited to hotels, serviced apartments, holiday parks, marine vessels. To be clear, this is a “one stop shop” lot, which can cater for all services that are catered separately under Lots 2, 3 and 4.

2 UK-BOOKED NATIONAL & INTERNATIONAL BUSINESS TRAVEL
  • Value: £3B

Complete travel management services for standard customer usage, covering UK point of sale only. The lot will allow the online and offline booking of air, rail, ground transportation and accommodation services. It will not include any civilian travel or accommodation programmes / major crisis response services such as charters. Neither will it include the additional wraparound welfare services included in Lots 1 and 4. It will also not include meetings and events, as this is covered in Lots 1 and 3.

3 VENUE-FIND & SUPPORTING SERVICES FOR MEETINGS, CONFERENCES & EVENTS
  • Value: £2B

Lot 3 will be a venue-find service for meetings, conferences and events (MICE). The demographic for this lot will be purely business travel and will not include venues for civilian cohorts such as Asylum Seekers or Rough Sleepers. Accommodation in commercial venues can be sourced via this lot if it is in relation to a venue booking for a meeting. Such venues will also be expected to provide core additional services such as food and beverages, laundry and refreshments: any service that a venue can normally provide for a meeting can be sourced via this lot. Similarly, ground transportation such as coaches and taxis can only be provided on this lot if it relates directly to a venue booked for the meeting or event. This will be a UK Point of Sale only lot.

4 ACCOMMODATION & VENUES FOR APPROVED CIVILIAN PROGRAMMES
  • Value: £3B

Venue sourcing for primarily civilian / refugee usage, including but not limited to hotels, serviced apartments, holiday parks, marine vessels as hotels and secure accommodation venues. This lot will also include the option to source Wraparound services to cater for the on-site requirements at the venue for the cohort in question. This could include but not be limited to: welfare service provision, site security services, liaison with venue providers, translation services and signposting to local education, health or employment services. Ground transportation to move cohorts of Service Users (SUs) between locations and to/from appointments or their arrival point (eg. asylum seekers) can also be sourced via this lot. This lot is not to be used for normal duty/business accommodation unless it is in direct support of civilian cohort programmes, with the sole exception of troops (MOD).

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 63516000 - Travel management services
  • 30237240 - Web camera
  • 33140000 - Medical consumables
  • 33952000 - Antiputrefaction masks
  • 34114122 - Patient-transport vehicles
  • 34114210 - Prisoner-transport vehicles
  • 34114400 - Minibuses
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 34121000 - Buses and coaches
  • 34121100 - Public-service buses
  • 34121300 - Double-decker buses
  • 34121400 - Low-floor buses
  • 34121500 - Coaches
  • 34500000 - Ships and boats
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34512200 - Cruise ships
  • 38950000 - Polymerase Chain Reaction (PCR) equipment
  • 48222000 - Web server software package
  • 50111000 - Fleet management, repair and maintenance services
  • 50240000 - Repair, maintenance and associated services related to marine and other equipment
  • 50241100 - Vessel repair services
  • 55000000 - Hotel, restaurant and retail trade services
  • 55100000 - Hotel services
  • 55110000 - Hotel accommodation services
  • 55120000 - Hotel meeting and conference services
  • 55130000 - Other hotel services
  • 55200000 - Camping sites and other non-hotel accommodation
  • 55210000 - Youth hostel services
  • 55220000 - Camping-site services
  • 55240000 - Holiday centre and holiday home services
  • 55250000 - Letting services of short-stay furnished accommodation
  • 55270000 - Services provided by bed and breakfast establishments
  • 55520000 - Catering services
  • 60000000 - Transport services (excl. Waste transport)
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60130000 - Special-purpose road passenger-transport services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60171000 - Hire of passenger cars with driver
  • 60172000 - Hire of buses and coaches with driver
  • 60180000 - Hire of goods-transport vehicles with driver
  • 60200000 - Railway transport services
  • 60400000 - Air transport services
  • 60410000 - Scheduled air transport services
  • 60420000 - Non-scheduled air transport services
  • 60423000 - Air-charter services
  • 60424000 - Hire of air transport equipment with crew
  • 60424100 - Hire of aircraft with crew
  • 60424110 - Hire of fixed-wing aircraft with crew
  • 60424120 - Hire of helicopters with crew
  • 60600000 - Water transport services
  • 60650000 - Hire of water transport equipment with crew
  • 60651000 - Hire of vessels with crew
  • 60651100 - Hire of sea-going vessels with crew
  • 60651200 - Hire of inland waterway vessels with crew
  • 60653000 - Hire of boats with crew
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 63500000 - Travel agency, tour operator and tourist assistance services
  • 63510000 - Travel agency and similar services
  • 63515000 - Travel services
  • 63520000 - Transport agency services
  • 63710000 - Support services for land transport
  • 63711000 - Support services for railway transport
  • 63712000 - Support services for road transport
  • 63720000 - Support services for water transport
  • 63726000 - Miscellaneous water transport support services
  • 63726400 - Ship chartering services
  • 63726600 - Ship-operating services
  • 63730000 - Support services for air transport
  • 64224000 - Teleconferencing services
  • 70130000 - Letting services of own property
  • 70300000 - Real estate agency services on a fee or contract basis
  • 70333000 - Housing services
  • 71320000 - Engineering design services
  • 75111100 - Executive services
  • 75122000 - Administrative healthcare services
  • 75231200 - Services related to the detention or rehabilitation of criminals
  • 75240000 - Public security, law and order services
  • 79111000 - Legal advisory services
  • 79415200 - Design consultancy services
  • 79430000 - Crisis management services
  • 79530000 - Translation services
  • 79540000 - Interpretation services
  • 79625000 - Supply services of medical personnel
  • 79710000 - Security services
  • 79900000 - Miscellaneous business and business-related services
  • 79952000 - Event services
  • 79993000 - Building and facilities management services
  • 79997000 - Business travel services
  • 85000000 - Health and social work services
  • 85312400 - Welfare services not delivered through residential institutions
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services
  • 98300000 - Miscellaneous services
  • 98340000 - Accommodation and office services
  • 98341100 - Accommodation management services
  • 98341000 - Accommodation services
  • 34510000 - Ships
  • 85100000 - Health services
  • 85300000 - Social work and related services
  • 85311000 - Social work services with accommodation

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover a maximum number of lots.
  • Bids may cover one or more lots.
  • Renewals are available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

Enter a value: As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c78620e5-ba56-4c7c-984d-460d7d... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials Plus 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 Plus 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 Plus, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. 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 reserves the right to award a framework to any bidder whose final score is within 1% of the last position. 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. (Text)

Reference

Domains