Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The University of Nottingham
  Kings Meadow Campus, Lenton Lane
  Nottingham
  NG2 2NR
  UK
  
            Contact person: Charles Ellis
  
            E-mail: BB-Procurement@exmail.nottingham.ac.uk
  
            NUTS: UKF1
  Internet address(es)
  
              Main address: http://www.nottingham.ac.uk
  
              Address of the buyer profile: https://www.in-tendhost.co.uk/Universityofnottingham
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.in-tendhost.co.uk/Universityofnottingham
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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
Water Quality Management Services (inc. Legionella) 2021
            Reference number: 1529/ITT/CE
  II.1.2) Main CPV code
  79000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The University of Nottingham is undertaking this procurement to employ a contractor for the provision of water hygiene services to cover the University’s landlord responsibility for water hygiene safety across its campuses and buildings. The estimated value is £900,000 over the maximum five (5) years contract duration. The Contract will be established for an initial period of three (3) years(s) with an option to extend for further periods of one (1) year up to a total of five (5) year(s) in total. It is expected that one (1) suitably qualified contractor will be awarded the contract. It is intended for the mobilisation/start to commence during October 2021 or as otherwise agreed. The contract will operate under the NEC4 Term Service Contract (TSC).
  II.1.5) Estimated total value
  Value excluding VAT: 
			900 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    79993000
    II.2.3) Place of performance
    NUTS code:
    UKF
Main site or place of performance:
    Across the University's campuses and buildings. 
    II.2.4) Description of the procurement
    As described above and in the tender documents.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Price
                    / Weighting: 40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    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.2.14) Additional information
    
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  
  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
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Described in the tender documents
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about 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:
              23/08/2021
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              23/08/2021
  
              Local time: 12:00
  Place:
  Nottingham
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Located in the tender documentation.
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court
    Strand
    London
    UK
   
  VI.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.
 
VI.5) Date of dispatch of this notice
08/07/2021