Section one: Contracting authority
one.1) Name and addresses
Nottingham Trent University (NTU)
50 Shakespeare Street
Nottingham
NG1 4FQ
Contact
Martin Parr
Telephone
+44 1158484741
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
GB 277399933
Internet address(es)
Main address
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