Construction Tenders

Sat April 27 2024

Related Information

Construction Contract Leads

East Midlands

Category Goods

Type

No. of Lots 2

Status Active

Published 2nd Jun 2023

Tender Details
Referenceocds-h6vhtk-03d35a
Common Procurement VocabularyBuilding materials
Procurement MethodOpen procedure
Value£435,000
More Tenders »

East Midlands

Category Goods

Type

No. of Lots 2

Status Active

Published 2nd Jun 2023

Tender Details
Referenceocds-h6vhtk-03d35a
Common Procurement VocabularyBuilding materials
Procurement MethodOpen procedure
Value£435,000

Section I: Contracting authority

I.1) Name and addresses

Nottingham Trent University (NTU)

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Nick Cowley

Email

nick.cowley [at] ntu.ac.uk

Telephone

+44 1158486538

Country

United Kingdom

NUTS code

UKF14 - Nottingham

National registration number

GB 277399933

Internet address(es)

Main address

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

Buyer's address

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

I.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=69146&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=69146&B=NTU

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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Building Materials & Timber Framework

Reference number

NTU/23/2337/NC

II.1.2) Main CPV code

  • 44111000 - Building materials

II.1.3) Type of contract

Supplies

II.1.4) Short description

NTU Estates department is seeking to appoint suppliers who will form a Framework that will provide building materials & timber to the University across all locations as and when required. The University will Direct Award new requirements without further competition. Suppliers will be selected by a ranking system based upon the award criteria detailed within the Framework tender documentation. Divided into the following two Lots, Tenderers may bid for one Lot or both Lots as outlined below; Lot 1 – General Building Materials (maximum of 3 suppliers appointed) Lot 2 – Timber & Sheet Materials (maximum of 2 suppliers appointed).

II.1.5) Estimated total value

Value excluding VAT: £435,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Building Materials & Timber Framework

Lot No

1 Building Materials

II.2.2) Additional CPV code(s)

  • 44111000 - Building materials

II.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

II.2.4) Description of the procurement

NTU Estates department is seeking to appoint suppliers who will form a Framework that will provide building materials & timber to the University across all locations as and when required. The University will Direct Award new requirements without further competition. Suppliers will be selected by a ranking system based upon the award criteria detailed within the Framework tender documentation. Divided into the following two Lots, Tenderers may bid for one Lot or both Lots as outlined below; Lot 1 – General Building Materials (maximum of 3 suppliers appointed) o To include, but be not limited to – insulation, paints, sealants & mastics, bricks & blocks, decorative aggregates, landscaping, plaster & plasterboards, roofing materials, cement & aggregates, hand & power tools, fixings. Lot 2 – Timber & Sheet Materials (maximum of 2 suppliers appointed) o To include, but not be limited to – sawn carcassing timber, battens, skirting boards & architrave, planed timber & mouldings, treated timber, decking boards, fence panels & posts, sheet materials & flooring.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £295,000

II.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

upon expiry of the contract term

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Lot No

2 Timber

II.2.2) Additional CPV code(s)

  • 03419000 - Timber

II.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

II.2.4) Description of the procurement

NTU Estates department is seeking to appoint suppliers who will form a Framework that will provide building materials & timber to the University across all locations as and when required. The University will Direct Award new requirements without further competition. Suppliers will be selected by a ranking system based upon the award criteria detailed within the Framework tender documentation. Divided into the following two Lots, Tenderers may bid for one Lot or both Lots as outlined below; Lot 1 – General Building Materials (maximum of 3 suppliers appointed) o To include, but be not limited to – insulation, paints, sealants & mastics, bricks & blocks, decorative aggregates, landscaping, plaster & plasterboards, roofing materials, cement & aggregates, hand & power tools, fixings. Lot 2 – Timber & Sheet Materials (maximum of 2 suppliers appointed) o To include, but not be limited to – sawn carcassing timber, battens, skirting boards & architrave, planed timber & mouldings, treated timber, decking boards, fence panels & posts, sheet materials & flooring.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £14,000

II.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

upon expiry of contract term

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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: 5

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

3 July 2023

Local time

12:00pm

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

English

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

Tender must be valid until: 3 September 2023

IV.2.7) Conditions for opening of tenders

Date

3 July 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

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

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom