Section one: Contracting authority
one.1) Name and addresses
The University of Nottingham
NG7 2NR
Nottingham
karella.henegan@nottingham.ac.uk
Country
United Kingdom
NUTS code
UKF14 - Nottingham
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofnottingham/aspx/Home
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
Lakeside Arts Box Office and CRM System
Reference number
1581/ITT/KH
two.1.2) Main CPV code
- 22459000 - Tickets
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University requests tenders from sufficiently experienced and qualified Suppliers to establish a contract agreement for the provision of a Box Office an CRM System. Based at the South Entrance to University Park Campus, Lakeside Arts is the University of Nottingham’s arts centre and programme. We enable diverse audiences (staff, student and the wider public) to engage with inspirational creative experiences. We deliver performances, workshops and exhibitions across multiple and differing spaces. These include: seated events in our theatre and recital hall; outdoor events in Highfields Park and University Park; workshops in schools; free but sometimes ticketed exhibitions across multiple galleries, and performances and other events at other venues/locations away from Lakeside.Many events at Lakeside – both in-person and digital (live-streamed) – can be accessed by ticketed admission only.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
two.2.4) Description of the procurement
The University requests tenders from sufficiently experienced and qualified Suppliers to establish a contract agreement for the provision of a Box Office and CRM System.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial term: 3yearsOption to extend: 2 years (2 x 12 month periods)
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.1.8) 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
2 September 2022
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
2 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court Stand
London
Country
United Kingdom
six.4.3) Review procedure
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.