Norse Commercial Services Limited: Provision of Public Toilet Refurbishment

  Norse Commercial Services Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Public Toilet Refurbishment
Notice type: Contract Notice
Authority: Norse Commercial Services Limited
Nature of contract: Works
Procedure: Open
Short Description: This tender is to appoint a single provider to carry out a programme of planned refurbishment works to existing public toilet buildings in the High Peak borough district.
Published: 13/01/2025 16:53
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Norwich: Public conveniences.
Section I: Contracting Authority
      I.1) Name and addresses
             Norse Commercial Services Ltd, 02888808
             280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom
             Tel. +44 1603894100, Email: alison.dodsley@norsegroup.co.uk
             Contact: Alison Dodsley
             Main Address: https://norsegroup.co.uk, Address of the buyer profile: https://norsegroup.co.uk
             NUTS Code: UKH1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Public-conveniences./99R82252KB
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/99R82252KB to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Local Authority Trading Company
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Public Toilet Refurbishment       
      Reference Number: NGRP0094
      II.1.2) Main CPV Code:
      45215500 - Public conveniences.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: This tender is to appoint a single provider to carry out a programme of planned refurbishment works to existing public toilet buildings in the High Peak borough district.       
      II.1.5) Estimated total value:
      Value excluding VAT: 375,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKF12 East Derbyshire
      UKF13 South and West Derbyshire
      UKF1 Derbyshire and Nottinghamshire
      
      II.2.4) Description of procurement: This tender is to appoint a single service provider to carry out a programme of planned works for refurbishment of existing public toilet buildings in the High Peak Borough district. The works will be split across two locations and will include additional works such as surveys, strip out and removal works, required alterations to buildings, waterproofing to existing roofs and supply and install of new flooring, cubicles and sanitaryware including general fixtures and fittings.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Service Delivery / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 375,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/02/2025 Time: 10:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/02/2025
         Time: 10:01
         Place:
         Norwich
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Public-conveniences./99R82252KB

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/99R82252KB
   VI.4) Procedures for review
   VI.4.1) Review body:
             Norse Commercial Services Ltd
       280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/01/2025

Annex A


View any Notice Addenda

View Award Notice

UK-Norwich: Public conveniences.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Norse Commercial Services Ltd, 02888808
       280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom
       Tel. +44 1603894100, Email: alison.dodsley@norsegroup.co.uk
       Contact: Alison Dodsley
       Main Address: https://norsegroup.co.uk, Address of the buyer profile: https://norsegroup.co.uk
       NUTS Code: UKH1

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: Local Authority Trading Company

   I.5) Main activity:
      Other activity: Planned programme of refurbishment for public buildings

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of Public Toilet Refurbishment 2025            
      Reference number: NGRP0094

      II.1.2) Main CPV code:
         45215500 - Public conveniences.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: This tender is to appoint a single provider to carry out a programme of planned refurbishment works to existing public toilet buildings in the High Peak borough district.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 307,233.26
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF12 - East Derbyshire
      UKF13 - South and West Derbyshire
      UKF1 - Derbyshire and Nottinghamshire
   
      Main site or place of performance:
      East Derbyshire
      South and West Derbyshire
      Derbyshire and Nottinghamshire
             

      II.2.4) Description of the procurement: This tender is to appoint a single service provider to carry out a programme of planned works for refurbishment of existing public toilet buildings in the High Peak Borough district. The works will be split across two locations and will include additional works such as surveys, strip out and removal works, required alterations to buildings, waterproofing to existing roofs and supply and install of new flooring, cubicles and sanitaryware including general fixtures and fittings.

      II.2.5) Award criteria:
      Quality criterion - Name: Service Delivery / Weighting: 40
                  
      Cost criterion - Name: Price / Weighting: 60
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2025/S 000-001105
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Provision of Public Toilet Refurbishment 2025

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/03/2025

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 6          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Westone Housing Ltd, 06663044
             5 Welbeck Way, Peterborough, PE2 7WH, United Kingdom
             NUTS Code: UKF13
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 307,233.26          
         Total value of the contract/lot: 307,233.26
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=938640553
   VI.4) Procedures for review

      VI.4.1) Review body
          Norse Commercial Services Ltd
          280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 02/04/2025