Contract

WCC - Provision of Fire Risk Assessments

  • Warwickshire County Council

F03: Contract award notice

Notice identifier: 2025/S 000-021033

Procurement identifier (OCID): ocds-h6vhtk-04d524 (view related notices)

Published 14 May 2025, 8:24am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall

Warwick

Email

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