Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall
Warwick
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
www.warwickshire.gov.uk/procurement
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
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
Quality criterion - Name: Health and Safety / Weighting: 8
Quality criterion - Name: Project Team / Weighting: 8
Quality criterion - Name: Performance Monitoring / Weighting: 6
Quality criterion - Name: Methodology / Weighting: 10
Quality criterion - Name: Service Administration / Weighting: 6
Quality criterion - Name: Consultancy / Weighting: 2
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 50
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-002075
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 May 2025
five.2.2) Information about tenders
Number of tenders received: 22
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Orbis Environmental Ltd
Bridgend
Country
United Kingdom
NUTS code
- UKL17 - Bridgend and Neath Port Talbot
Companies House
10354351
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
Country
United Kingdom