Section one: Contracting authority
one.1) Name and addresses
Nottingham Trent University (NTU)
50 Shakespeare Street
Nottingham
NG1 4FQ
Contact
Rachel Coates
Telephone
+44 1158482724
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
National registration number
GB 277399933
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=88084&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=88084&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
Floor Coverings
Reference number
NTU/24/2671/RC
two.1.2) Main CPV code
- 45432100 - Floor laying and covering work
two.1.3) Type of contract
Works
two.1.4) Short description
The University is seeking experienced floor covering Contractors, that can provide both expert advice and high quality floor covering installations.
two.1.5) Estimated total value
Value excluding VAT: £775,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44112200 - Floor coverings
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
NTU is undertaking a procurement process to identify and appoint a number of suppliers to provide both expert advice and high quality floor covering installations, across all of our NTU campuses and to cover all buildings where required. The University anticipates awarding three Suppliers to the framework, but reserves the right to award to additional suppliers, following evaluation of the tenders if appropriate.
The University will carry out a further competition (mini-tender) for each works package in order to identify and appoint a Contractor for each individual project but further reserves the right to appoint a Contractor direct for a project if required, for example, there is urgent requirement and insufficient time to tender, or the requirement is best served by one particular Contractor. The University will only adopt this approach if absolutely necessary.
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: £775,000
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 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
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: 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
10 January 2025
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: 10 April 2025
four.2.7) Conditions for opening of tenders
Date
10 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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