Tender

Small Contractors Framework

  • Nottingham Trent University (NTU)

F02: Contract notice

Notice identifier: 2023/S 000-035634

Procurement identifier (OCID): ocds-h6vhtk-04215f

Published 4 December 2023, 12:20pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham Trent University (NTU)

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Martin Parr

Email

martin.parr@ntu.ac.uk

Telephone

+44 1158484741

Country

United Kingdom

Region code

UKF14 - Nottingham

National registration number

GB 277399933

Internet address(es)

Main address

www.ntu.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75821&B=NTU

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

Small Contractors Framework

Reference number

NTU/23/2398/MP

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £13,333,333

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham
  • UK - United Kingdom
Main site or place of performance

NG1 4FQ

two.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.

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: £13,333,333

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.2.9) 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

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 3

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

8 January 2024

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 23 April 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2+1+1

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom