Norse Commercial Services Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Radon Testing, Servicing and Mitigation Services |
Notice type: | Contract Notice |
Authority: | Norse Commercial Services Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Norse Group are seeking a Successful Bidder to manage radon testing, servicing and mitigation installations. To include the provision of updating property details with the results where required |
Published: | 26/11/2024 15:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Norse Commercial Services Limited, 02888808
280 Fifers lane, Norwich, NR6 6EQ, United Kingdom
Tel. +44 1603894238, Email: melanie.vines@norsegroup.co.uk
Contact: Melanie Vines
Main Address: https://www.ncsgrp.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:-Toxic-gas-detection-services./X357PU7797
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/X357PU7797 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: Radon Testing, Servicing and Mitigation Services
Reference Number: NGRP-0090
II.1.2) Main CPV Code:
90731500 - Toxic gas detection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Norse Group are seeking a Successful Bidder to manage radon testing, servicing and mitigation installations. To include the provision of updating property details with the results where required
II.1.5) Estimated total value:
Value excluding VAT: 1,050,000
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
II.2.4) Description of procurement: This Tender relates to work to be carried out on approximately 3,500 residential, 4 public buildings, 7 sheltered accommodation (approx. 303 rooms) & 5 houses of multiple occupation (HMO’s) properties owned by High Peaks Borough Council. These properties are managed by Alliance Norse on behalf of the Council and undertakes a diverse range of works to maintain housing stock and ensure properties meet housing standards and relevant regulations.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,050,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 21/01/2025 / End: 20/01/2032
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: 03/01/2025 Time: 11:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 03/01/2025
Time: 11:00
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 No
Electronic payment will be used No
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:-Toxic-gas-detection-services./X357PU7797
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X357PU7797
VI.4) Procedures for review
VI.4.1) Review body:
Norse Commercial Services Limited
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: 26/11/2024
Annex A