- Scope of the procurement
- Lot 1 - Finance
- Lot 2 - Strategy, Planning and Governance
- Lot 3 - Enabling Services
- Lot 4 - Workforce and Local Services
- Lot 5 - Environment, Planning and Transport
- Lot 6 - Economy and Place
- Lot 7 - Strategic Infrastructure and Climate Change
- Lot 8 - Fire and Rescue Service
- Lot 9 - Children and Young People
- Lot 10 - Social Care and Health
Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall
WARWICK
CV344RL
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 - Dynamic Purchasing System (DPS) for Consultants and Project Support Services
Reference number
WCC - 21850
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
This notice involves the setting up of a dynamic purchasing system.
Warwickshire County Council invites applications for consultants and project support services. The DPS will consist of 10 Lots.
The period of validity of the DPS will be 4 years from commencement.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Finance
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Strategic Finance, Operational Finance, Investments Treasury & Audit, Transformation & Transactions, Commercial & Contracts, Business Support
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 2 - Strategy, Planning and Governance
Lot No
2
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Communications, Corporate Policy & Strategy, Community Partnerships, Legal & Governance, Change Programmes
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 3 - Enabling Services
Lot No
3
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Data & Business Intelligence, ICT & Digital, ICT Strategy, Property Services, Strategic Asset Management, Customer Contact
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 4 - Workforce and Local Services
Lot No
4
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: HR Strategy, HR Services, Libraries, Heritage & Registrations
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 5 - Environment, Planning and Transport
Lot No
5
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Trading Standards & Community Safety, Highways, Planning & Environment, Transport Delivery, Engineering Design Services
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods
two.2) Description
two.2.1) Title
Lot 6 - Economy and Place
Lot No
6
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Transport Strategy & Road Safety, Economy & Skills, Waste & Country Parks
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 7 - Strategic Infrastructure and Climate Change
Lot No
7
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Regeneration & Strategic Planning, Climate Change & Sustainability
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 8 - Fire and Rescue Service
Lot No
8
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Fire & Rescue Services
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 9 - Children and Young People
Lot No
9
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Children and Young People Services
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
two.2) Description
two.2.1) Title
Lot 10 - Social Care and Health
Lot No
10
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Including but not limited to, support for the following business areas: Social Care and Support, Public Health and Social Care and Health Services
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
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The period of validity of the DPS will be 4 years but individual call-off requirements may be subject to individual optional extension periods.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
23 February 2029
Local time
1:00pm
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.3) Additional information
Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest.
The web address is: https://in-tendhost.co.uk/csw-jets.
Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the In-Tend correspondence function. However, if you are unable to register with the website please email us at procurement@warwickshire.gov.uk.
Once a Supplier has successfully completed their application to the DPS, they will be advised of the opportunities available (in the relevant Lot(s) that they have successfully applied for) as and when they arise. Suppliers can then choose whether they want to bid for the requirement or not (it is not compulsory to bid for every opportunity offered).
The DPS will be open for use by other external public bodies (subject to approval by the Contracting Authority).
The value provided in II.1.5 is an estimate and includes provision for use by other public bodies which may not materialise.
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
London
Country
United Kingdom