Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall
Warwick
CV34 4RL
procurement@warwickshire.gov.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
www.warwickshire.gov.uk/procurement
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/csw-jets/aspx/Home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
WCC - Provision of Fire Risk Assessments
Reference number
WCC - 20985
two.1.2) Main CPV code
- 75251110 - Fire-prevention services
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire County Council has a statutory requirement to carry out fire risk assessments every three years for all operational buildings.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
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.
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
20 February 2025
Local time
12:00pm
Changed to:
Date
24 February 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 February 2025
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
Country
United Kingdom