Norse Commercial Services Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Wales Action for Children Charity Commercial and Residential Property Fire Risk Assessment Works |
Notice type: | Contract Notice |
Authority: | Norse Commercial Services Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Norse Total Facilities Management (Norse TFM) wishes to establish direct award contracts with suitable suppliers to carry out works that have been identified in recent Fire Safety Risk Assessments across 27 residential and commercial sites across Wales . The works will be undertaken on behalf of Norse’s client the Action for Children charity. The tasks that need to be carried out include but are not limited to, replacing signage, repairs and replacement of fire doors, emergency lighting maintenance. |
Published: | 05/10/2021 10:46 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Norse Commercial Services Ltd
280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom
Tel. +44 1603894258, Email: lloyd.craske@norsegroup.co.uk
Contact: Lloyd Craske
Main Address: 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:-Fire-prevention-services./74PK87A6FA
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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
Regional or local authority
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Wales Action for Children Charity Commercial and Residential Property Fire Risk Assessment Works
Reference Number: Not provided
II.1.2) Main CPV Code:
75251110 - Fire-prevention services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Norse Total Facilities Management (Norse TFM) wishes to establish direct award contracts with suitable suppliers to carry out works that have been identified in recent Fire Safety Risk Assessments across 27 residential and commercial sites across Wales . The works will be undertaken on behalf of Norse’s client the Action for Children charity. The tasks that need to be carried out include but are not limited to, replacing signage, repairs and replacement of fire doors, emergency lighting maintenance.
II.1.5) Estimated total value:
Value excluding VAT: 54,000
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:
UKL WALES
II.2.4) Description of procurement: Norse Total Facilities Management (Norse TFM) wishes to establish direct award contracts with suitable suppliers to carry out works that have been identified in recent Fire Safety Risk Assessments across 27 residential and commercial sites across Wales . The works will be undertaken on behalf of Norse’s client the Action for Children charity. The tasks that need to be carried out include but are not limited to, replacing signage, repairs and replacement of fire doors, emergency lighting maintenance.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: 54,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 3
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2B7N58EC92
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: 20/10/2021 Time: 15:30
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: 20/10/2021
Time: 15:30
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 Yes
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:-Fire-prevention-services./74PK87A6FA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74PK87A6FA
VI.4) Procedures for review
VI.4.1) Review body:
Norse Commercial Services
280 Fifers Lane, Norwich, NR66EQ, 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: 05/10/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Norse Commercial Services Ltd
280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom
Tel. +44 1603894258, Email: lloyd.craske@norsegroup.co.uk
Contact: Lloyd Craske
Main Address: 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:
Regional or local agency/office
I.5) Main activity:
Other activity: Facilities Management
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Wales Action for Children Charity Commercial and Residential Property Fire Risk Assessment Works
Reference number: Not Provided
II.1.2) Main CPV code:
75251110 - Fire-prevention services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Norse Total Facilities Management (Norse TFM) wishes to establish direct award contracts with suitable suppliers to carry out works that have been identified in recent Fire Safety Risk Assessments across 27 residential and commercial sites across Wales . The works will be undertaken on behalf of Norse’s client the Action for Children charity. The tasks that need to be carried out include but are not limited to, replacing signage, repairs and replacement of fire doors, emergency lighting maintenance.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKL - WALES
Main site or place of performance:
WALES
II.2.4) Description of the procurement: Norse Total Facilities Management (Norse TFM) wishes to establish direct award contracts with suitable suppliers to carry out works that have been identified in recent Fire Safety Risk Assessments across 27 residential and commercial sites across Wales . The works will be undertaken on behalf of Norse’s client the Action for Children charity. The tasks that need to be carried out include but are not limited to, replacing signage, repairs and replacement of fire doors, emergency lighting maintenance.
II.2.5) Award criteria:
Quality criterion - Name: Qualitative / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2B7N58EC92
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: 2021/S 000-111111
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: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=649326716
VI.4) Procedures for review
VI.4.1) Review body
Norse Commercial Services
280 Fifers Lane, Norwich, NR66EQ, 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: 14/12/2021