Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Warwickshire County Council
Shire Hall
Warwick
CV34 4RL
UK
E-mail: procurement@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: www.warwickshire.gov.uk
Address of the buyer profile: www.warwickshire.gov.uk/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/csw-jets/aspx/Home
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
WCC - Provision of Fire Risk Assessments
Reference number: WCC - 20985
II.1.2) Main CPV code
75251110
II.1.3) Type of contract
Services
II.1.4) Short description
Warwickshire County Council has a statutory requirement to carry out fire risk assessments every three years for all operational buildings.
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:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG
Main site or place of performance:
Whilst the main place of performance will be Warwickshire, Warwickshire County Council do also provide traded services for fire risk assessments with neighbouring counties' schools and academies.
II.2.4) Description of the procurement
Warwickshire County Council has a statutory requirement to carry out fire risk assessments every three years for all operational buildings. In addition, Warwickshire County Council also provides traded services for fire risk assessments with Warwickshire and neighbouring counties' schools and academies.
Warwickshire County Council may also seek fire strategy consultancy support and training support through this procurement.
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
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
This is a statutory requirement so will be re-procured. If the Contract was not to extend beyond the initial period, this would be re-procured around 30 months following the Contract Start Date. If extended for the full 3 year period, then this would be re-procured around 66 months following the Contract Start Date.
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:
The initial contract term will be for 3 years however the Council reserves the right to extend the contract by further periods not exceeding 36 months (36 months being the maximum available extension period) at the discretion of the Council.
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
The estimated value of the Contract is expected to be circa £300,000 over the life of the Contract. However, should unexpected circumstances / demand arise, this value could increase to circa £500,000 over the life of the Contract.
These figures are estimates provided in good faith.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
20/02/2025
Local time: 12:05
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
Royal Court of Justice
London
UK
VI.5) Date of dispatch of this notice
21/01/2025