Notice Information
Notice Title
Management of Norwich Bus Station and Park and Ride Sites
Notice Description
The proposed contract is for an Operator with experience of public transport to provide a fully managed service with a single point of responsibility for managing and delivering all of the specified Services they are contracted to deliver across the Norwich Bus Station site. The Operator will also be required to undertake facilities management and maintenance of the Norwich Park and Ride sites. The contract value in this notice is for the full 10 years of the contract including all options, it does not include indexation.
Lot Information
Lot 1
Renewal: This contract is for an initial term of 5 years plus up to a further 5 years at the Council's discretion. The estimated value in this notice is for the full 10 years of the contract not including indexation.
Planning Information
Market engagement was undertaken under the Public Contracts Regulations 2015. A Prior Information Notice was issued on 21 February 2025 Reference 2025/S 000-006653. Interested suppliers were instructed to register on Intend, the Council's e-procurement system. Suppliers had until noon on 3 March 2025 to express an interest. All suppliers that expressed an interest were invited to attend one-to-one sessions and were each allocated a 45 minute slot over Teams on the 12 or 13 March 2025. A preliminary market consultation document was available on Intend for suppliers that expressed an interest in participating. The document set out the topics and specific questions to be covered in the 45 minute consultation sessions. The same questions were posed to all participants and were as follows: Contract structure and scope a. Currently the requirement for both Park and Ride site maintenance and Norwich Bus Station operation management as well as facilities management & maintenance, are all part of one contract. Is this structure attractive to the market? b. Would any amendments to the scope of the requirement make the contract more attractive/ deliverable? c. Are there any opportunities for making the contract more efficient whilst still meeting the objectives? Tender Process d. The Council is proposing to undertake a competitive flexible procedure under the Procurement Act 2023. It is anticipated that there will be a selection process, the Council will invite the top scoring suppliers (number to be defined) that have demonstrated that they meet the conditions of participation, to submit initial tenders. The Council would have the right to accept initial tenders in accordance with the contents of the Invitation to Submit Initial Tenders. Otherwise, the Council intends to invite the Bidders to discuss their bids and to invite revised draft final tenders from these Bidders. This will be undertaken via Teams. Please provide your feedback on the proposed procurement route. Contract Term e. The Council is proposing a Contract commencement of 28th September 2025 with an initial term of four and a half years which would come to an end on 30th March 2030. There would be an option to extend for a further 3 years. Please provide feedback on the proposed contract term. Terms and Conditions of Contract f. The Council is proposing the utilisation of NEC FM Short Contract. Is this form of contract acceptable to you? If not, please state why. g. Are there any other forms of Contract that you would propose to be appointed under? Lease h. The draft lease is included with this preliminary market consultation. Please provide any feedback you may have. Transition i. Should you be successful in obtaining the Contract, please confirm that a transition time of 2 months is acceptable. Commercial j. The Council is proposing a semi comprehensive fixed price for the Contract. Known elements will be priced. The Contractor will be responsible for repairs up to a set value. Any repairs over this will be priced using a pre agreed schedule of rates. Any other Comments k. Suppliers will be invited to submit any other comments they may have on the proposed contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050431
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013830-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
63712100 - Bus station services
79993000 - Building and facilities management services
Notice Value(s)
- Tender Value
- £6,200,000 £1M-£10M
- Lots Value
- £6,200,000 £1M-£10M
- Awards Value
- £10,688,808 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Feb 20266 days ago
- Submission Deadline
- 11 Aug 2025Expired
- Future Notice Date
- 13 Jun 2025Expired
- Award Date
- 2 Feb 20263 weeks ago
- Contract Period
- 4 Apr 2026 - 5 Apr 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORFOLK COUNTY COUNCIL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- km-europe@aecom.com, sourcingteam@norfolk.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NORWICH
- Postcode
- NR1 2DH
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- TLH15 Norwich and East Norfolk, TLH16 North and West Norfolk, TLH17 Breckland and South Norfolk
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Whitechapel
- Westminster Constituency
- Bethnal Green and Stepney
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013830-2026
16th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/040399-2025
16th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037982-2025
7th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/027277-2025
24th May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/015616-2025
16th April 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-050431-2026-02-16T13:00:38Z",
"date": "2026-02-16T13:00:38Z",
"ocid": "ocds-h6vhtk-050431",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PDYH-3246-XWTR"
},
"address": {
"streetAddress": "County Hall, Martineau Lane",
"locality": "Norwich",
"postalCode": "NR1 2DH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH15"
},
"contactPoint": {
"email": "sourcingteam@norfolk.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-01846493",
"name": "AECOM LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01846493"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCLX-5446-YHDX"
}
],
"address": {
"streetAddress": "Aldgate Tower",
"locality": "London",
"postalCode": "E1 8FA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "KM-Europe@aecom.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "AECOM assisted with the drafting of the Scope and Pricing Schedule, they also participated in the evaluation of initial tenders.",
"details": {
"url": "http://www.aecom.com"
}
},
{
"id": "GB-COH-03149258",
"name": "KONECTBUS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03149258"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBTX-5366-GVMT"
}
],
"address": {
"streetAddress": "3rd Floor 41-51 Grey Street",
"locality": "Newcastle Upon Tyne",
"postalCode": "NE1 6EE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC22"
},
"contactPoint": {
"email": "david.smith@goeastanglia.co.uk"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://goeastanglia.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Market engagement was undertaken under the Public Contracts Regulations 2015. A Prior Information Notice was issued on 21 February 2025 Reference 2025/S 000-006653. Interested suppliers were instructed to register on Intend, the Council's e-procurement system. Suppliers had until noon on 3 March 2025 to express an interest. All suppliers that expressed an interest were invited to attend one-to-one sessions and were each allocated a 45 minute slot over Teams on the 12 or 13 March 2025. A preliminary market consultation document was available on Intend for suppliers that expressed an interest in participating. The document set out the topics and specific questions to be covered in the 45 minute consultation sessions. The same questions were posed to all participants and were as follows: Contract structure and scope a. Currently the requirement for both Park and Ride site maintenance and Norwich Bus Station operation management as well as facilities management & maintenance, are all part of one contract. Is this structure attractive to the market? b. Would any amendments to the scope of the requirement make the contract more attractive/ deliverable? c. Are there any opportunities for making the contract more efficient whilst still meeting the objectives? Tender Process d. The Council is proposing to undertake a competitive flexible procedure under the Procurement Act 2023. It is anticipated that there will be a selection process, the Council will invite the top scoring suppliers (number to be defined) that have demonstrated that they meet the conditions of participation, to submit initial tenders. The Council would have the right to accept initial tenders in accordance with the contents of the Invitation to Submit Initial Tenders. Otherwise, the Council intends to invite the Bidders to discuss their bids and to invite revised draft final tenders from these Bidders. This will be undertaken via Teams. Please provide your feedback on the proposed procurement route. Contract Term e. The Council is proposing a Contract commencement of 28th September 2025 with an initial term of four and a half years which would come to an end on 30th March 2030. There would be an option to extend for a further 3 years. Please provide feedback on the proposed contract term. Terms and Conditions of Contract f. The Council is proposing the utilisation of NEC FM Short Contract. Is this form of contract acceptable to you? If not, please state why. g. Are there any other forms of Contract that you would propose to be appointed under? Lease h. The draft lease is included with this preliminary market consultation. Please provide any feedback you may have. Transition i. Should you be successful in obtaining the Contract, please confirm that a transition time of 2 months is acceptable. Commercial j. The Council is proposing a semi comprehensive fixed price for the Contract. Known elements will be priced. The Contractor will be responsible for repairs up to a set value. Any repairs over this will be priced using a pre agreed schedule of rates. Any other Comments k. Suppliers will be invited to submit any other comments they may have on the proposed contract.",
"dateMet": "2025-03-13T00:00:00Z",
"status": "met"
}
],
"documents": [
{
"id": "015616-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015616-2025",
"datePublished": "2025-04-16T15:03:50+01:00",
"format": "text/html"
},
{
"id": "027277-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/027277-2025",
"datePublished": "2025-05-24T11:19:20+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "NCCT43085",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Management of Norwich Bus Station and Park and Ride Sites",
"description": "The proposed contract is for an Operator with experience of public transport to provide a fully managed service with a single point of responsibility for managing and delivering all of the specified Services they are contracted to deliver across the Norwich Bus Station site. The Operator will also be required to undertake facilities management and maintenance of the Norwich Park and Ride sites. The contract value in this notice is for the full 10 years of the contract including all options, it does not include indexation.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63712100",
"description": "Bus station services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 7500000,
"currency": "GBP",
"amount": 6200000
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-04-05T00:00:00+01:00",
"endDate": "2031-04-05T23:59:59+01:00",
"maxExtentDate": "2036-04-04T23:59:59+01:00"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 7500000,
"amount": 6200000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Quality is 30% and price is 70%. Price will be for mobilisation, management costs, operation and maintenance costs. Evaluation will be for the first year of the contract.",
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "The quality criteria are 1. TUPE (Pass/ fail), 2. Contract Delivery (5%), 3. Contract Management (4%), 4. Mobilisation (2%), 5. Maintenance and Repairs (5%), 6. Reporting (2%), 7. Business Continuity (3%), 8. Health and Safety (5%), 9. Quality Assurance (2%), 10. Environmental (2%)."
},
{
"type": "quality",
"name": "Quality",
"description": "The quality criteria are 1. TUPE (Pass/ fail), 2. Contract Delivery (5%), 3. Contract Management (4%), 4. Mobilisation (2%), 5. Maintenance and Repairs (5%), 6. Reporting (2%), 7. Business Continuity (3%), 8. Health and Safety (5%), 9. Quality Assurance (2%), 10. Environmental (2%)."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "Bidders must be able to demonstrate a proven track record and extensive knowledge and experience in providing the following to Local Authorities or other large organisations within the last 3 years: * Experience of operational management within the public transport sector*. * Experience of provision of a face-to-face customer facing helpdesk * Experience of managing a contract with responsibility for delivering hard and soft facilities management, managing statutory health and safety responsibilities, provision of security and maintenance on a publicly accessible site. *For the purposes of this tender, references to public transport have the following meaning 'a system of vehicles such as buses and trains that operate at regular times on fixed routes and are used by the public'."
},
{
"type": "technical",
"description": "Bidders must be able to demonstrate a proven track record and extensive knowledge and experience in providing the following to Local Authorities or other large organisations within the last 3 years: * Experience of operational management within the public transport sector*. * Experience of provision of a face-to-face customer facing helpdesk * Experience of managing a contract with responsibility for delivering hard and soft facilities management, managing statutory health and safety responsibilities, provision of security and maintenance on a publicly accessible site. *For the purposes of this tender, references to public transport have the following meaning 'a system of vehicles such as buses and trains that operate at regular times on fixed routes and are used by the public'."
}
]
},
"renewal": {
"description": "This contract is for an initial term of 5 years plus up to a further 5 years at the Council's discretion. The estimated value in this notice is for the full 10 years of the contract not including indexation."
}
}
],
"status": "complete",
"communication": {
"futureNoticeDate": "2025-06-13T23:59:59+01:00"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Council will be using the Competitive Flexible Procedure as defined in the Procurement Act 2023. The process will be as follows: - 1. Bidders will complete the Invitation to Initial Tender (including pricing) and submit in accordance with the timelines at Section 5 of the Invitation to Initial Tender. 2. The Invitation to Initial Tender must provide a compliant response in respect of the minimum mandatory requirements as set out below: * Norwich Bus Station Operational Management and Site and Premises Maintenance under a lease agreement * Facilities Management and Maintenance of the Norwich Park and Ride Sites 3. Each Tender response will be assessed in accordance with the stages detailed below. The Council may decide to undertake these assessment stages in any order or to undertake one or more stages concurrently. This means that if your response fails at any stage of the ITT evaluation process, there may not necessarily be feedback on other stages. However, you will be provided with feedback on any scores you are awarded prior to your tender being rejected in accordance with the Procurement Act 2023. 4. If your response is assessed as not meeting the minimum requirements and/ or conditions of participation, it will be rejected and assessed no further. 5. If there are 3 bidders or less who pass Form A (Details of Applicant), B (Grounds for Exclusion), C (Compliance with minimum Standards) and D (Willingness and ability to comply with contractual requirements) of the Invitation to Initial Tender then those bidders will be invited to participate in dialogue and submit a final tender. 6. If there are more than 3 bidders who pass Form A, B, C and D, then the Council will evaluate the responses to Form F (not including pricing) and will take through the top scored 3 bids. The Initial Tenders will be scored in accordance with the process set out in this Invitation to Initial Tender. 7. During dialogue, bidders will be able to refine their bid (including pricing) and the Council reserves the right to amend the scope, pricing spreadsheet, terms and conditions and lease agreement before requesting Final Tenders. 8. At the close of dialogue, bidders will be issued with the Invitation to Final Tender (including the final scope, pricing spreadsheet, terms and conditions and lease agreement for Norwich Bus Station). 9. Bidders should note that the Council may request a further version of the pricing list and/ or raise clarifications on your quality response before dialogue. The Council reserves the right to accept an Initial Tender should a bid or bids capable of acceptance be received. In this instance, pricing would also be assessed to generate a final Quality/ Price score."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/norfolkcc/aspx/Tenders/Current. This procurement will be managed electronically via the Council's e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the 'tenders' section and 'express an interest' to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-08-11T11:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-07-30T11:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-12T23:59:59Z"
},
"lotDetails": {
"noLotsDivisionRationale": "Following an assessment of the information available on the current contract, it was determined that splitting the contract into two Lots was not viable for the following reasons: 1) TUPE - the current contract is a single contract. Establishing where liability for staff sits in a two Lot contract was deemed to be onerous. 2) Management Costs - it was determined that any savings generated by splitting the contract into Lots, would be consumed through additional management costs for the Council and the providers."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-2785",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2785",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2786",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2786",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2787",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2787",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2788",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2788",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-2789",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2789",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2790",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2790",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2791",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2791",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-2792",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2792",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-2793",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2793",
"format": "application/pdf"
},
{
"id": "A-2794",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2794",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2795",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2795",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2796",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2796",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2797",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2797",
"format": "application/msword"
},
{
"id": "A-2798",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2798",
"format": "application/pdf"
},
{
"id": "A-2799",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2799",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2800",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2800",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Appendix 5 - TUPE Information, will only be released to Bidders via Intend when a signed Appendix 2 is received. Clarification documents will also be issued via https://in-tendhost.co.uk/norfolkc"
},
{
"id": "037982-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/037982-2025",
"datePublished": "2025-07-07T16:11:53+01:00",
"format": "text/html"
},
{
"id": "040399-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/040399-2025",
"datePublished": "2025-07-16T10:04:46+01:00",
"format": "text/html"
}
],
"riskDetails": "Norfolk County Council has joined the government's Devolution Priority Programme. This process has the potential to lead to the establishment of a county combined authority for Norfolk and Suffolk, with strategic powers, headed by an elected mayor. Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The County Council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries. The Council may add or remove any of the Services from any of the facilities and to add any additional Services or buildings not included in this tender, at a later date. This may include the removal or inclusion of Park and Ride sites from the Contract.",
"amendments": [
{
"id": "040399-2025",
"description": "The estimated value of the contract has been revised."
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03149258",
"name": "KONECTBUS LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Management of Norwich Bus Station and Park and Ride Sites",
"status": "pending",
"date": "2026-02-02T00:00:00Z",
"value": {
"amountGross": 10688808,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-03149258",
"name": "KONECTBUS LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63712100",
"description": "Bus station services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-25T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-04-05T00:00:00+01:00",
"endDate": "2031-04-05T23:59:59+01:00",
"maxExtentDate": "2036-04-05T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract is for an initial term of 5 years plus up to a further 5 years at the Council's discretion."
},
"hasOptions": true,
"options": {
"description": "The Client reserves the right to add or remove any of the Services from any of the facilities and to add any additional Services or buildings not included in this tender at a later date, through the variation process set out in the Contract. The options may be used due to changes of the Council's Estate, amendments to statutory duties or amendments to the Council's finances or priorities."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "013830-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013830-2026",
"datePublished": "2026-02-16T13:00:38Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-16T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-26T23:59:59Z",
"status": "scheduled"
}
]
}
]
}