Contract notice

Information

Published

Expire date: 08/01/2024

External Reference: 2023-530478

FTS Reference: 2023-035634

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Nottingham Trent University (NTU)
GB 277399933
50 Shakespeare Street
Nottingham
NG1 4FQ
UK
Contact person: Martin Parr
Telephone: +44 1158484741
NUTS code:  UKF14 -  Nottingham
Internet address(es):
Main address: www.ntu.ac.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75821&B=NTU
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Small Contractors Framework
Reference number:  NTU/23/2398/MP
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Nottingham Trent University is seeking to appoint a maximum of three Contractors who will form a Framework that will provide construction services to the University across all campuses as and when required. The University shall conduct further competitions (inviting all three appointed contractors to bid) to award projects. Project sizes shall vary between £200,000 and £1,800,000 gross. Works shall mainly be refurbishment and modernisation projects, alterations, new build works and maintenance of typical university buildings.
II.1.5)

Estimated total value

Value excluding VAT: 13333333.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
II.2.3)

Place of performance

NUTS code:  UKF14 -  Nottingham
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
NG1 4FQ
II.2.4)

Description of the procurement

Nottingham Trent University is seeking to appoint a maximum of three Contractors who will form a Framework that will provide construction services to the University across all campuses as and when required. The University shall conduct further competitions (inviting all three appointed contractors to bid) to award projects. The University reserves the right to award projects directly to one of the contractors for reasons of genuine urgency/emergency. The Contractors shall work in Partnership with NTU internal Estates teams to fulfil projects that NTU Construction Services are unable to undertake themselves. Project sizes shall vary between £200,000 and £1,800,000 gross. The University reserves the right to put projects above this value out to tender to the open market to ensure value for money. Works shall mainly be refurbishment and modernisation projects, alterations, new build works and maintenance of typical university buildings. This will include but not be limited to laboratories, small and complex lecture theatres, libraries, café and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, accommodation, plant areas, etc. Buildings will be of varying age/condition, including listed/heritage type buildings. The work will be in the form of individual projects, with details being provided via a scope of works, usually with proposed drawings and where available design guides and standard specification. Depending on the scheme and University involved, designs may be provided by the University, or the Contractor will be asked to produce them. Appointed Contractors must therefore be able to provide a design service and be willing to take on design responsibility and have appropriate levels of professional indemnity insurances for the call-off contract in question.
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: 13333333.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
2+1+1
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
See Tender Documentation
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  3
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/01/2024
Local time:  12:00
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

Tender must be valid until:  23/04/2024

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2+1+1
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The Royal Courts of Justice
Strand
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Royal Courts of Justice
Strand
London
WC2A 2LL
UK