Section one: Contracting authority
one.1) Name and addresses
Warwick District Council
Royal Pump Rooms, The Parade
Royal Leamington Spa
CV32 4AA
Contact
Irene Celis
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.warwickdc.gov.uk/site/
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
WDC-PP-10127 Warwick District Council Minor Civils Engineering Works
Reference number
WDC - 21832
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
The Asset Management Team look after corporate and domestic assets within the district. The team provides new, improvements, cyclical, planned and responsive maintenance support across many service areas within the council. The Warwick District Council (WDC) covers a diverse range of works including:• WDC assets, corporate and domestic including communal areas around• WDC surface and multi-storey car parks• WDC parks and open spaces• Non-highway access roads• Groundworks• Fencing• WDC owned assets within the public highway including, finger posts and signs, street name plates, bus shelters, street seats and bins.• Maintenance and repairs of approved cycle trails (training will be provided)Our aim is to ensure that the Council’s portfolio of assets is sufficient and capable of meeting the Council’s needs and objectives. We wish to assist the delivery of our target by promoting a low carbon/energy efficient District and ensure that service delivery demands can be met.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
Main site or place of performance
Warwick District Council
two.2.4) Description of the procurement
The Asset Management Team look after corporate and domestic assets within the district. The team provides new, improvements, cyclical, planned and responsive maintenance support across many service areas within the council. The Warwick District Council (WDC) covers a diverse range of works including:• WDC assets, corporate and domestic including communal areas around• WDC surface and multi-storey car parks• WDC parks and open spaces• Non-highway access roads• Groundworks• Fencing• WDC owned assets within the public highway including, finger posts and signs, street name plates, bus shelters, street seats and bins.• Maintenance and repairs of approved cycle trails (training will be provided)Our aim is to ensure that the Council’s portfolio of assets is sufficient and capable of meeting the Council’s needs and objectives. We wish to assist the delivery of our target by promoting a low carbon/energy efficient District and ensure that service delivery demands can be met.The Procurement ProcedureThis procurement will follow the competitive procedure with negotiation in accordance with the Public Contracts Regulations 2015.The Council reserve the right to award without negotiation on receipt of applicant’s initial submissions, or to enter into negotiations with applicants on any aspect of their submissions except for the Minimum Requirements and Award Criteria. The Council may use the negotiation procedure to improve applicants' initial submissions and may also be used to reduce the number of applicants invited to submit a best and final offer.During any possible negotiation stage, the procurement exercise will also consider variant bids which may ultimately prove to be a best fitting solution for the Council. All variant bids must be accompanied by a fully compliant bid/s to then be considered.Minimum Requirements of the Procurement Exercise (Non-Negotiable)Over the course of this procurement process the authorities will assess and will make award decisions following the Minimum Requirements stated below.A Successful Supplier will:• Assist Warwick District Council in meeting its obligations• Provide the Council with confidence in their ability to fulfil the specified provision• Satisfy the Council that its tendered response is financially sustainable for the term of the contract.• The Contractor will undertake both responsive and programmed maintenance and repairs with no minimum value order.• The Contractor will manage and maintain supply, storage, installation and disposal of materials and products.• The Contractor will provide training to employees appointed for any specialist products, services and equipment.• The Contractor will contribute with innovative ideas for added value.Areas for NegotiationThe following areas (including but not limited to) and anticipated to be negotiable between the Council and the Tenderer:• Liabilities• Risks• Service response timesOverview of the Council Warwick District Council is one of five district councils within the county of Warwickshire. The district covers four towns; Royal Leamington Spa, Warwick, Kenilworth and Whitnash, and numerous villages. The population served is in excess of 140,000, with approximately 60,000 domestic households.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the tendering documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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
Date
21 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom