Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR1 2DH
UK
E-mail: sourcingteam@norfolk.gov.uk
NUTS: UKH15
Internet address(es)
Main address: www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/norfolkcc
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Dynamic Purchasing System for Norfolk Trails Infrastructure Maintenance
Reference number: NCCT42268
II.1.2) Main CPV code
45233161
II.1.3) Type of contract
Works
II.1.4) Short description
Norfolk County Council manages approximately 2,400 miles of Public Rights of Way consisting of footpaths, bridleways, restricted byways and byways open to all traffic. This includes the installation, ongoing maintenance and replacement of the countryside furniture and to deliver access improvements on the countryside assets within Norfolk.The DPS seeks to source a number of external contractors that have capacity and ability to deliver any number of small-scale works projects.The DPS covers 3 Lots: Lot 1 – Surfacing and DrainageLot 2 – Countryside Construction Lot 3 – Signage and Waymarking
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Surfacing and Drainage
II.2.2) Additional CPV code(s)
45233251
45232451
II.2.3) Place of performance
NUTS code:
UKH17
UKH16
UKH15
Main site or place of performance:
II.2.4) Description of the procurement
This lot covers delivering a range of access improvements across the network, including installation of individual drainage schemes on routes that have been identified in order to better manage increasing amounts of surface water. In addition, this lot includes the installation of improved surfacing on routes. This is likely to be hard surfaces which are to deliver access improvements for all users including people with access issues, cyclists and horse riders. Each of the schemes will have specific deliverables targeted at overall access improvements.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
30/11/2026
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
Lot No: 2
II.2.1) Title
Countryside Construction
II.2.2) Additional CPV code(s)
45233161
39113300
45233162
45246510
II.2.3) Place of performance
NUTS code:
UKH17
UKH16
UKH15
Main site or place of performance:
II.2.4) Description of the procurement
This Lot covers smaller scale projects and will include the construction and installation of a range of countryside furniture to improve access for all users to the network. This is likely to include: gates, boardwalks, steps, bridleway steps, benches, and specific individual projects.
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
30/11/2026
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
This Lot covers smaller scale projects and will include the construction and installation of a range of countryside furniture to improve access for all users to the network. This is likely to include: gates, boardwalks, steps, bridleway steps, benches, and specific individual projects.
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
Lot No: 3
II.2.1) Title
Signage and Waymarking
II.2.2) Additional CPV code(s)
34928470
II.2.3) Place of performance
NUTS code:
UKH17
UKH16
UKH15
Main site or place of performance:
II.2.4) Description of the procurement
This Lot covers the installation of signage and waymarking on the network. The signage usually used across the network is timber finger posts and waymarkers and there will be specific deliverables within each signage project all of which will be detailed within each individual call for competition.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
30/11/2026
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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-024057
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/11/2026
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
25/11/2026
Local time: 10:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.
VI.5) Date of dispatch of this notice
14/10/2021