Opportunity

NTU/21/2001/DS and UoN/1453/ITT/DL Provision of Coach and Minibus Services

  • Nottingham Trent University
  • The University of Nottingham

F02: Contract notice

Notice reference: 2021/S 000-012261

Published 2 June 2021, 10:57am



Section one: Contracting authority

one.1) Name and addresses

Nottingham Trent University

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Procurement Department

Email

dean.scaife@ntu.ac.uk

Telephone

+44 1158482921

Country

United Kingdom

NUTS code

UKF14 - Nottingham

Internet address(es)

Main address

www.ntu.ac.uk

Buyer's address

https://in-tendhost.co.uk/ntu

one.1) Name and addresses

The University of Nottingham

Kings Meadow Campus, Lenton Lane

Nottingham

NG7 2NR

Contact

Daniel Lang

Email

daniel.Lang@nottingham.ac.uk

Telephone

+44 1157484820

Country

United Kingdom

NUTS code

UKF14 - Nottingham

Internet address(es)

Main address

https://www.nottingham.ac.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/ntu

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NTU/21/2001/DS and UoN/1453/ITT/DL Provision of Coach and Minibus Services

Reference number

NTU/21/2001/DS and UoN/1453/ITT/DL

two.1.2) Main CPV code

  • 60172000 - Hire of buses and coaches with driver

two.1.3) Type of contract

Services

two.1.4) Short description

The supply of executive and high-quality standard coaches in immaculate condition both inside and outside, ranging in sizes from 25 to 85 passengers on a mixture of private hires. The majority of The Groups requirements lies within the United Kingdom and primarily for the transportation to other universities, colleges, schools, museums, local businesses, city attractions, airports, railway stations, Eurostar, and sport related trips. For the purpose of the tender, Nottingham Trent University and the University of Nottingham will be referred to as The Group. The Group will collaborate during the tender programme to find solutions that best suit its requirements and will manage any contract thereafter jointly. The Group and tenderers benefit from the close geographical location of the awarding authorities.

two.1.5) Estimated total value

Value excluding VAT: £2,720,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60172000 - Hire of buses and coaches with driver

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

The supply of executive and high-quality standard coaches in immaculate condition both inside and outside, ranging in sizes from 25 to 85 passengers on a mixture of private hires. A mixture of Euro 4, Euro 5 and Euro 6 standard and executive coaches and Euro 5 and Euro 6 minibuses. The majority of The Groups requirements lies within the United Kingdom and primarily for the transportation to other universities, colleges, schools, museums, local businesses, city attractions, airports, railway stations, Eurostar, and sport related trips. The requirements entails a combination of one day tours to more complex journeys, with multiple stopping points and in some cases lasting more than one day. All vehicles must have the Suppliers’ name and vinyl branding applied to the outside of the vehicle for ease of stakeholder identification.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,720,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 6

In the case of framework agreements, provide justification for any duration exceeding 4 years:

None

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 July 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

5 July 2021

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.3) Additional information

Deadline for Expression of Interest is the 2nd July 2021 at 12:00 noon.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures: In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the contracting authority has incorporated a minimum 10 calendar days standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.