Tender

Hickman Avenue Fleet and Council Service Facility Works

WOLVERHAMPTON CITY COUNCIL

This public procurement record has 3 releases in its history.

Tender

01 Dec 2025 at 16:32

Planning

27 Aug 2025 at 13:32

Planning

22 May 2025 at 13:35

Summary of the contracting process

The City of Wolverhampton Council is inviting tenders for a project titled "Hickman Avenue Fleet and Council Service Facility Works," which involves the construction of a new Fleet Services Depot and associated facilities at the former Wholesale Market site on Hickman Avenue. This procurement, with an estimated value of £12.5 million, is being conducted under an open, competitive flexible procedure in accordance with the Procurement Act 2023. The works will encompass a variety of facilities, including a vehicle workshop with electric chargers, shared office spaces, and renewable energy sources. The bid submission period ends on 30th January 2026, with final awards expected by 11th May 2026.

This tender presents substantial opportunities for businesses involved in building construction, particularly those with experience in sustainable facility development and electrical vehicle infrastructure. The competitive flexible procedure allows businesses to demonstrate innovation and value efficiency, providing additional avenues for small and medium enterprises to stand out with unique solutions. Companies specializing in fleet service depots, renewable energy, and facilities that support multiple government services will find this tender particularly fitting to their expertise and service offerings. The project, aligning with sustainable practices, might also appeal to those focusing on meeting environmental goals, creating an advantageous market position for green construction firms.

How relevant is this notice?

Notice Information

Notice Title

Hickman Avenue Fleet and Council Service Facility Works

Notice Description

City of Wolverhampton Council ("CWC" / "Council") are seeking to appoint a Contractor for the new Fleet Services Depot, offices and associated parking at the Council owned former Wholesale Market site on Hickman Avenue (WV1 2TX). The scheme involves relocating Fleet Services and other Council services from numerous Council sites to the Hickman Avenue site and accommodate the following facilities or services: * Taxi Licensing * Fleet services vehicle workshop (including an ATF Lane) and associated vehicle parking provision with electric vehicle chargers. * Travel Unit minibus parking. The solution has to achieve 'O' licence status from the Department for Transport. * Meals on Wheels * Street Lighting and Cleaning Stores storage * Shared office and welfare facilities for the above services * Provision of renewable energy sources, including solar panels, to reduce the carbon footprint of the asset, serve the EV fleet and reduce utility costs. A planning application for the scheme can be viewed the by accessing the Council's planning portal under application reference number 25/00594/FUL: (http://planningonline.wolverhampton.gov.uk/online-applications).

Planning Information

City of Wolverhampton Council (CWC) are seeking input from potential suppliers within the market, to gather feedback on the proposed contract and procurement route for Hickman Avenue Fleet and Council Services Facility Design & Build. A questionnaire is available via the Council's dedicated tendering portal, Due North, available here: www.wolverhamptontenders.com

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051e3f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/078634-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

Notice Value(s)

Tender Value
£12,500,000 £10M-£100M
Lots Value
£12,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Dec 20253 days ago
Submission Deadline
30 Jan 20262 months to go
Future Notice Date
1 Sep 2025Expired
Award Date
Not specified
Contract Period
31 May 2026 - 31 May 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
WOLVERHAMPTON CITY COUNCIL
Contact Name
Corporate Procurement
Contact Email
corporate.procurement@wolverhampton.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
WOLVERHAMPTON
Postcode
WV1 1SH
Post Town
Wolverhampton
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG39 Wolverhampton
Delivery Location
TLG39 Wolverhampton

Local Authority
Wolverhampton
Electoral Ward
St Peters
Westminster Constituency
Wolverhampton West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-051e3f-2025-12-01T16:32:04Z",
    "date": "2025-12-01T16:32:04Z",
    "ocid": "ocds-h6vhtk-051e3f",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024997-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024997-2025",
                "datePublished": "2025-05-22T14:35:55+01:00",
                "format": "text/html"
            },
            {
                "id": "051627-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051627-2025",
                "datePublished": "2025-08-27T14:32:00+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "City of Wolverhampton Council (CWC) are seeking input from potential suppliers within the market, to gather feedback on the proposed contract and procurement route for Hickman Avenue Fleet and Council Services Facility Design & Build. A questionnaire is available via the Council's dedicated tendering portal, Due North, available here: www.wolverhamptontenders.com",
                "dueDate": "2025-09-10T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PVBV-7568-LBLL",
            "name": "Wolverhampton City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVBV-7568-LBLL"
            },
            "address": {
                "streetAddress": "Civic Centre, St Peter's Square",
                "locality": "Wolverhampton",
                "postalCode": "WV1 1SH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG39"
            },
            "contactPoint": {
                "email": "corporate.procurement@wolverhampton.gov.uk",
                "name": "Corporate Procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wolverhamptontenders.com",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVBV-7568-LBLL",
        "name": "Wolverhampton City Council"
    },
    "tender": {
        "id": "CWC24153",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Hickman Avenue Fleet and Council Service Facility Works",
        "description": "City of Wolverhampton Council (\"CWC\" / \"Council\") are seeking to appoint a Contractor for the new Fleet Services Depot, offices and associated parking at the Council owned former Wholesale Market site on Hickman Avenue (WV1 2TX). The scheme involves relocating Fleet Services and other Council services from numerous Council sites to the Hickman Avenue site and accommodate the following facilities or services: * Taxi Licensing * Fleet services vehicle workshop (including an ATF Lane) and associated vehicle parking provision with electric vehicle chargers. * Travel Unit minibus parking. The solution has to achieve 'O' licence status from the Department for Transport. * Meals on Wheels * Street Lighting and Cleaning Stores storage * Shared office and welfare facilities for the above services * Provision of renewable energy sources, including solar panels, to reduce the carbon footprint of the asset, serve the EV fleet and reduce utility costs. A planning application for the scheme can be viewed the by accessing the Council's planning portal under application reference number 25/00594/FUL: (http://planningonline.wolverhampton.gov.uk/online-applications).",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG39",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG39",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG39",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2027-05-31T23:59:59+01:00"
                },
                "status": "active",
                "suitability": {
                    "sme": true
                },
                "value": {
                    "amountGross": 15000000,
                    "amount": 12500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Relevant Experience",
                            "numbers": [
                                {
                                    "number": 7.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Risk Assessment and Method Statement",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Health and Safety",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Indicative Programme and Delivery Approach",
                            "numbers": [
                                {
                                    "number": 7.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Equality, Diversity and Inclusion",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Contract Sum Analysis",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per ITT Document"
                        },
                        {
                            "type": "technical",
                            "description": "As per ITT Document"
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-01T23:59:59+01:00"
        },
        "status": "active",
        "aboveThreshold": true,
        "value": {
            "amountGross": 15000000,
            "amount": 12500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being conducted in accordance with the Procurement Act 2023, using the Competitive Flexible Procedure as set out in S.20(2)(b) of the Act. The procedure will consist of the following stages: Stage 1: Invitation to Tender All interested bidders are invited to submit a full tender response in accordance with the requirements set out in this Invitation to Tender and associated documents. Tenders will be assessed against the published award criteria, which include quality (including social value) and price. Bidders will also be required to accept the terms and conditions as part of their submission, and no negotiation or clarification on the terms will be accepted outside of the initial clarification period. Bidders will also be requested to submit an optional 'innovation schedule' outlining potential value engineering (VE) opportunities. Any VE proposals must remain within the parameters of the Employer's requirements. However, please note that these will not form part of the evaluation, and will be for information only at this stage. However, any VE proposals may be considered at stage 2, and potentially shared with other bidders if relevant. Please ensure commercial information is redacted. Stage 1 will be evaluated in accordance with the criteria stated within the ITT document, and all bidders will be ranked according to their combined quality and price score. Assessment summaries will be sent to all bidders to stage 1, in accordance with s.50 of the Act. CWC reserves the right to award the contract following stage 1 without progressing to stage 2. This eventuality would occur in the instance where the top ranked bidder (according to their combined quality and price score) is within the budget set out in the tender notice. Bidders are therefore encouraged to submit a competitive proposal, in the event that the value engineering stage isn't required. If Stage 2 is deemed to not be required, CWC will follow normal award procedures. Stage 2: Value Engineering If the top ranked bidder at stage 1 exceeds the available budget, a maximum of the top two ranked bidders from stage 1 will be invited to participate in a value engineering exercise. This stage will allow CWC to engage in strategic discussions with the chosen bidders to refine proposals, clarify any outstanding matters, and seek improvements in value, deliverability, and innovation from the supply chain. Stage 2 will commence with the issuing of a letter inviting the chosen bidders to attend a maximum of four value engineering workshops. The letter will outline how the workshops will be conducted, including agenda and attendee arrangements. Please note, the workshops may be held either at the Council Civic Centre (St Peter's Square, Wolverhampton, WV1 1RL) or via MS Teams, subject to the Council's discretion. A strict agenda would apply focusing on value engineering proposals put forward by the preferred bidders. These meetings would be minuted and may require attendance by the sub-contractors, at the Council's discretion. During this stage, the full Design Team will be representing the Council. In order for the discussions to be productive, it is assumed that attendees will be empowered to make decisions at the relevant dialogue meeting. Points of general clarification provided by the Council during the meetings will be shared with all bidders unless a bidders demonstrates to the Council's reasonable satisfaction that the information should be treated as confidential. Whilst bidders will be invited to discuss their bids, nothing said or intimated by the Council at these meetings will constitute an approval of their proposals or an acceptance of their adequacy in meeting the Project requirements. However, the Council will endeavour to indicate to bidder whether it believes the proposed Bid is unlikely to meet its objectives. These meetings will be treated as confidential between the Council and each bidder. Stage 3: Invitation to submit a Final Tender Following stage 2, stage 3 will commence with the issuing of a letter inviting bidders to submit their final tenders. This stage is intended to provide suppliers with a final opportunity to refine their proposals, including pricing and any outstanding commercial or technical elements, in response to feedback provided during stage 2. Final tenders must be submitted in accordance with the timetable and instructions set out in the ITT and any additional information provided. The final tender must represent the bidder's complete offer. Bidders should ensure that all aspects of their proposal are final, as no further dialogue will be undertaken following this stage. The Authority will assess final tenders in accordance with the published award criteria. The award criteria set out in section 9 of the ITT will be used as a means for evaluation. Bidders may choose not to amend their quality submission from stage 1, in which case the scores decided at stage 1 will be used for the evaluation at stage 3. The contract will be awarded to the supplier whose final tender is determined to be the most advantageous in terms of value for money and alignment with CWC's requirements, in accordance with the assessment methodology and award criteria set out in the Tender Notice and this document. Once the assessment has concluded, CWC will provide an assessment summary to all bidders that submitted final tenders, in accordance with s.50 of the Act, to: - Inform them whether they have been successful in being awarded the Contract - Provide an explanation of the assessment of the bidder's tender against the relevant award criteria, in accordance with the requirements of the Act - Where different to the bidder concerned, provide information in respect of the most advantageous tender submitted, including details of the assessment of this tender against the relevant award criteria and the bidder's name. Once the assessment summaries have been provided to bidders that submitted a final tender, CWC will publish a Contract Award Notice on the Central Digital Platform to commence the mandatory standstill period. Subject to completion of the mandatory standstill period, Stage 3 will end with CWC entering into contract with the preferred bidder and publication of a Contract Details Notice on the Central Digital Platform (within 30 days of the date on which the contract is entered into). A redacted copy of the contract will also be published. If the final tenders are not within the Council's budget, CWC reserves the right to abandon the tender."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "www.wolverhamptontenders.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-30T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-09T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-11T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "www.wolverhamptontenders.com"
            },
            {
                "id": "078634-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078634-2025",
                "datePublished": "2025-12-01T16:32:04Z",
                "format": "text/html"
            }
        ],
        "riskDetails": "Risk 1: Resource Underestimation / Time Overrun - Contractor unable to complete the works within the agreed programme due to underestimation of required resources, resulting in programme delays. Risk 2: Unforeseen Ground Conditions - Unexpected subsurface issues (e.g., contaminated soil, buried obstructions) may delay the works. Risk 3: Adverse Weather Conditions - Severe weather may cause delays or disrupt progress, especially for external works. Risk 4: Unrecorded Mineshafts Identified - Discovery of undocumented or collapsed mine shafts could pose safety risks and require design changes or stabilisation measures, leading to delays."
    },
    "language": "en"
}