Tender

Framework Agreement for the provision Nightly Paid Accommodation and Related Services

THE ROYAL BOROUGH OF KINGSTON UPON THAMES

This public procurement record has 1 release in its history.

Tender

27 May 2021 at 18:23

Summary of the contracting process

The Royal Borough of Kingston upon Thames is conducting an open tender for a Framework Agreement aimed at providing Nightly Paid Accommodation and related services. The procurement process is currently active and is classified under the hotel, restaurant, and retail trade services industry. Interested parties must submit their proposals electronically by 8th July 2021, as detailed in the Invitation to Tender. This four-year framework agreement will operate on a call-off basis and will primarily serve clients within or near the Royal Borough of Kingston upon Thames.

This tender presents significant opportunities for businesses in the accommodation and hospitality sector, particularly those offering furnished rental services. Companies that specialise in hotel, real estate, or health and social work services will find this framework particularly relevant. By securing a position on this framework, businesses can enhance their service offering while potentially benefiting from guaranteed contracts over the four-year span, contingent on performance and demand.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework Agreement for the provision Nightly Paid Accommodation and Related Services

Notice Description

The Authority wishes to establish a four year framework agreement from which it may procure Nightly Paid Accommodation and related services on a call-off basis. The objective of the Authority is to secure high quality, furnished nightly paid for its clients within the Royal Borough of Kingston upon Thames or as close as possible to the Borough within designated geographical locations and as detailed in the Invitation to tender.

Lot Information

Lot 1

The four year framework agreement will be commissioned using the open procedure under the Public Contract Regulations 2015. Tenderers must meet the minimum requirements in all three stage of the evaluation in order to be appointed as Framework providers. This includes Stage 1 (Compliance/SQ), Stage 2(Quality) and Stage 3 (Price) The ordering procedure detailed in Schedule 3 of the Framework Agreement explains how the Authority will enter into Call-off contracts with the appointed Framework Providers. All details are enclosed in the Invitation to tender. The Authority does not warrant or guarantee any minimum volume of Services will be awarded to any Tenderer successfully appointed to the framework agreement and furthermore, the Authority is under no obligation to procure the Services through the framework agreement or to enter into any call-off contract with any provider appointed to the framework agreement. There will be no maximum number of Framework Providers to be awarded a place on the framework agreement as ensuring availability of Nightly Paid Accommodation is a key outcome for setting up the framework agreement. The opportunity can be found at www.procontract.due-north.com.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b5f0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011902-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

55 - Hotel, restaurant and retail trade services

70 - Real estate services

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

55000000 - Hotel, restaurant and retail trade services

70000000 - Real estate services

85000000 - Health and social work services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£15,922,802 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 May 20214 years ago
Submission Deadline
8 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE ROYAL BOROUGH OF KINGSTON UPON THAMES
Contact Name
Not specified
Contact Email
commissioning@kingston.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
KINGSTON UPON THAMES
Postcode
KT1 1EU
Post Town
Kingston upon Thames
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI63 Merton, Kingston upon Thames and Sutton
Delivery Location
TLI63 Merton, Kingston upon Thames and Sutton

Local Authority
Kingston upon Thames
Electoral Ward
Kingston Town
Westminster Constituency
Kingston and Surbiton

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b5f0-2021-05-27T19:23:55+01:00",
    "date": "2021-05-27T19:23:55+01:00",
    "ocid": "ocds-h6vhtk-02b5f0",
    "description": "The Council reserves the right to terminate the process at any time prior to award of contract. The Council does not bind itself to accept the lowest tender, or any tender received and reserves the right to call for new tenders should they consider this necessary. The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender. Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. For more information about this opportunity, please visit the London Tender Portal: https://procontract.due-north.com/Advert/Index?advertId=18fad63b-75b9-eb11-810c-005056b64545",
    "initiationType": "tender",
    "tender": {
        "id": "DN516017",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Framework Agreement for the provision Nightly Paid Accommodation and Related Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "55000000",
            "description": "Hotel, restaurant and retail trade services"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority wishes to establish a four year framework agreement from which it may procure Nightly Paid Accommodation and related services on a call-off basis. The objective of the Authority is to secure high quality, furnished nightly paid for its clients within the Royal Borough of Kingston upon Thames or as close as possible to the Borough within designated geographical locations and as detailed in the Invitation to tender.",
        "value": {
            "amount": 15922802,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The four year framework agreement will be commissioned using the open procedure under the Public Contract Regulations 2015. Tenderers must meet the minimum requirements in all three stage of the evaluation in order to be appointed as Framework providers. This includes Stage 1 (Compliance/SQ), Stage 2(Quality) and Stage 3 (Price) The ordering procedure detailed in Schedule 3 of the Framework Agreement explains how the Authority will enter into Call-off contracts with the appointed Framework Providers. All details are enclosed in the Invitation to tender. The Authority does not warrant or guarantee any minimum volume of Services will be awarded to any Tenderer successfully appointed to the framework agreement and furthermore, the Authority is under no obligation to procure the Services through the framework agreement or to enter into any call-off contract with any provider appointed to the framework agreement. There will be no maximum number of Framework Providers to be awarded a place on the framework agreement as ensuring availability of Nightly Paid Accommodation is a key outcome for setting up the framework agreement. The opportunity can be found at www.procontract.due-north.com.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality- Pass/fail Price-Pass/fail",
                            "type": "quality",
                            "description": "0%"
                        },
                        {
                            "type": "price",
                            "description": "0%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "55000000",
                        "description": "Hotel, restaurant and retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70000000",
                        "description": "Real estate services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI63"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=18fad63b-75b9-eb11-810c-005056b64545",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-08T13:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-07-08T13:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-08T13:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-4627",
            "name": "The Royal Borough of Kingston upon Thames",
            "identifier": {
                "legalName": "The Royal Borough of Kingston upon Thames"
            },
            "address": {
                "streetAddress": "Guildhall, High Street",
                "locality": "Kingston upon Thames",
                "region": "UKI63",
                "postalCode": "KT1 1EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "commissioning@kingston.gov.uk",
                "url": "https://www.londontenders.org/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.kingston.gov.uk",
                "buyerProfile": "http://www.kingston.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-17767",
            "name": "The Royal Borough of Kingston upon Thames",
            "identifier": {
                "legalName": "The Royal Borough of Kingston upon Thames"
            },
            "address": {
                "streetAddress": "Guildhall 2, High Street",
                "locality": "Kingston Upon Thames",
                "postalCode": "KT1 1EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "commissioning@kingston.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4627",
        "name": "The Royal Borough of Kingston upon Thames"
    },
    "language": "en"
}