Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Warwickshire County Council
Shire Hall
Warwick
UK
E-mail: procurement@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: www.warwickshire.gov.uk/procurement
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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
500 000.00
GBP
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
Quality criterion: Health and Safety
/ Weighting: 8
Quality criterion: Project Team
/ Weighting: 8
Quality criterion: Performance Monitoring
/ Weighting: 6
Quality criterion: Methodology
/ Weighting: 10
Quality criterion: Service Administration
/ Weighting: 6
Quality criterion: Consultancy
/ Weighting: 2
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Cost
/ Weighting: 50
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-002075
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/05/2025
V.2.2) Information about tenders
Number of tenders received: 22
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Orbis Environmental Ltd
10354351
Bridgend
UK
NUTS: UKL17
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
London
UK
VI.5) Date of dispatch of this notice
14/05/2025