Award

WP3960 - Regeneration Strategic Advisor

WALSALL COUNCIL

This public procurement record has 2 releases in its history.

Award

10 Apr 2024 at 13:26

Tender

17 Jan 2024 at 21:54

Summary of the contracting process

The Walsall Council is seeking framework partners for the contract titled "WP3960 - Regeneration Strategic Advisor". This contract falls under the services category and aims to provide a range of services for regeneration projects. The Council is looking to appoint up to three multidisciplinary teams for the contract, which involves pre-development work, project management, property and technical areas expertise. The total contract value is expected to be up to £10 million. The contract has been signed with three suppliers: Arcadis Consulting (UK) Limited, CBRE Limited, and Savills (UK) Limited.

This tender opportunity presents significant business growth potential for firms specializing in project management, property, commercial services, planning, and technical consultancy. Businesses offering development funding, cost consulting, and architectural services would be well-suited to bid for this contract. With the potential contract value exceeding £10 million and requiring various expertise, this opportunity is ideal for established firms with a track record in multidisciplinary services targeted towards regeneration projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

WP3960 - Regeneration Strategic Advisor

Notice Description

The Council are seeking framework partners to provide a range of services to take schemes through the various feasibility and development stages leading up to the point of securing funding, appointment of a developer and/or detailed design and implementation. It is noted that the Council has limited land ownership and therefore the work will require collaboration with private landowners and key stakeholders. The level and spectrum of pre-development work required for projects will vary and some may only require limited input.

Lot Information

Lot 1

The Council are seeking framework partners to provide a range of services to take schemes through the various feasibility and development stages leading up to the point of securing funding, appointment of a developer and/or detailed design and implementation. It is noted that the Council has limited land ownership and therefore the work will require collaboration with private landowners and key stakeholders. The level and spectrum of pre-development work required for projects will vary and some may only require limited input.The framework will contain a maximum of three (3) multi-disciplinary teams to provide services across a range of regeneration, planning, property, and technical areas. Each multi-disciplinary team / framework partner will be required to provide the following skills and expertise: Project and programme management Property and commercial, including valuations, appraisals, acquisitions/ CPO, market intelligence, and economic guidance Delivery models and approaches Development options, feasibility, and pre-development Development funding and financing Cost consultants Business case development including benefit cost ratios and cash flows Concept plans, capacity layouts and master planning Planning and planning policy guidance Inward investment, marketing, and branding Architectural Consulting engineer(s) e.g. remediation, flood risk, transport & highways, utilities, civils, drainage Environmental consultants e.g. noise, air quality, ecology, heritage conservation, arboriculture. The expected contract value for known work is PS500k per annum, however with additional projects, potential opportunities to secure external funding and possible use across other areas of the Council this could be significantly exceeded. Possibly up to total contract value of PS10 million. The Council is looking to appoint a maximum of three (3) multidisciplinary teams /framework partners for this Contract. It is expected that each framework partner will be managed by an identified Lead Consultant. However, the use of specialist sub-consultants may be required to assist with the delivery of the commission to provide the full spectrum of skills and services (unless the services can be provided in-house by the Lead Consultant). The Lead Consultant should therefore have the ability to bring in and contract with sub-consultants required for the commission.The Council will in the main at its discretion award a direct call-off for each particular project to the supplier that it considers the most suitable for that specific assignment, however where the Council considers it appropriate it will run a mini-competition between suppliers on the Framework in order to achieve the best outcome.

Renewal: 1 x 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042e0a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011647-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,500,000 £1M-£10M

Notice Dates

Publication Date
10 Apr 20241 years ago
Submission Deadline
19 Feb 2024Expired
Future Notice Date
Not specified
Award Date
8 Apr 20241 years ago
Contract Period
31 Mar 2024 - 31 Mar 2027 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WALSALL COUNCIL
Contact Name
Julie Jones
Contact Email
procurement@walsall.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
WALSALL
Postcode
WS1 1TP
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG38 Walsall
Delivery Location
TLG38 Walsall

Local Authority
Walsall
Electoral Ward
St Matthew's
Westminster Constituency
Walsall and Bloxwich

Supplier Information

Number of Suppliers
3
Supplier Names

ARCADIS CONSULTING (UK

CBRE

SAVILLS (UK

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-042e0a-2024-04-10T14:26:37+01:00",
    "date": "2024-04-10T14:26:37+01:00",
    "ocid": "ocds-h6vhtk-042e0a",
    "description": "Interest in this contract process should be expressed via the Council's e-Tendering Portal - https://in-tendhost.co.uk/walsallcouncil The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process. This is a voluntary contract notice. Under this [procurement / project] the [contractor / developer] is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the [procurement / project]. Accordingly contract performance conditions may relate in particular to social and environmental considerations.",
    "initiationType": "tender",
    "tender": {
        "id": "WP3960",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "WP3960 - Regeneration Strategic Advisor",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "mainProcurementCategory": "services",
        "description": "The Council are seeking framework partners to provide a range of services to take schemes through the various feasibility and development stages leading up to the point of securing funding, appointment of a developer and/or detailed design and implementation. It is noted that the Council has limited land ownership and therefore the work will require collaboration with private landowners and key stakeholders. The level and spectrum of pre-development work required for projects will vary and some may only require limited input.",
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council are seeking framework partners to provide a range of services to take schemes through the various feasibility and development stages leading up to the point of securing funding, appointment of a developer and/or detailed design and implementation. It is noted that the Council has limited land ownership and therefore the work will require collaboration with private landowners and key stakeholders. The level and spectrum of pre-development work required for projects will vary and some may only require limited input.The framework will contain a maximum of three (3) multi-disciplinary teams to provide services across a range of regeneration, planning, property, and technical areas. Each multi-disciplinary team / framework partner will be required to provide the following skills and expertise: Project and programme management Property and commercial, including valuations, appraisals, acquisitions/ CPO, market intelligence, and economic guidance Delivery models and approaches Development options, feasibility, and pre-development Development funding and financing Cost consultants Business case development including benefit cost ratios and cash flows Concept plans, capacity layouts and master planning Planning and planning policy guidance Inward investment, marketing, and branding Architectural Consulting engineer(s) e.g. remediation, flood risk, transport & highways, utilities, civils, drainage Environmental consultants e.g. noise, air quality, ecology, heritage conservation, arboriculture. The expected contract value for known work is PS500k per annum, however with additional projects, potential opportunities to secure external funding and possible use across other areas of the Council this could be significantly exceeded. Possibly up to total contract value of PS10 million. The Council is looking to appoint a maximum of three (3) multidisciplinary teams /framework partners for this Contract. It is expected that each framework partner will be managed by an identified Lead Consultant. However, the use of specialist sub-consultants may be required to assist with the delivery of the commission to provide the full spectrum of skills and services (unless the services can be provided in-house by the Lead Consultant). The Lead Consultant should therefore have the ability to bring in and contract with sub-consultants required for the commission.The Council will in the main at its discretion award a direct call-off for each particular project to the supplier that it considers the most suitable for that specific assignment, however where the Council considers it appropriate it will run a mini-competition between suppliers on the Framework in order to achieve the best outcome.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Non-price Criteria",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2024-04-01T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1 x 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG38"
                    },
                    {
                        "region": "UKG38"
                    }
                ],
                "deliveryLocation": {
                    "description": "Walsall"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/walsallcouncil",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-02-19T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-02-19T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-02-19T12:00:00Z",
            "address": {
                "streetAddress": "Walsall"
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council's obligations may take action in the High Court (England, Wales and Northern Ireland)."
    },
    "parties": [
        {
            "id": "GB-FTS-4490",
            "name": "Walsall Council",
            "identifier": {
                "legalName": "Walsall Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Darwall Street",
                "locality": "Walsall",
                "region": "UKG38",
                "postalCode": "WS1 1TP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Julie Jones",
                "email": "procurement@walsall.gov.uk",
                "url": "https://in-tendhost.co.uk/walsallcouncil"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.walsall.gov.uk",
                "buyerProfile": "https://in-tendhost.co.uk/walsallcouncil",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-78064",
            "name": "See V1.4.3",
            "identifier": {
                "legalName": "See V1.4.3"
            },
            "address": {
                "locality": "Walsall",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-110402",
            "name": "Arcadis Consulting (UK) Limited",
            "identifier": {
                "legalName": "Arcadis Consulting (UK) Limited",
                "id": "02212959"
            },
            "address": {
                "streetAddress": "80, Fenchurch Street, London, EC3M 4BY",
                "locality": "London",
                "region": "UKI31",
                "postalCode": "EC3M 4BY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-110403",
            "name": "CBRE Limited",
            "identifier": {
                "legalName": "CBRE Limited",
                "id": "03536032"
            },
            "address": {
                "streetAddress": "Henrietta House, Henrietta Place London, W1G 0NB",
                "locality": "London",
                "region": "UKI3",
                "postalCode": "W1G 0NB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-110404",
            "name": "Savills (UK) Limited",
            "identifier": {
                "legalName": "Savills (UK) Limited",
                "id": "02605138"
            },
            "address": {
                "streetAddress": "33, Margaret Street, London, W1G 0JD",
                "locality": "London",
                "region": "UKI3",
                "postalCode": "W1G 0JD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4490",
        "name": "Walsall Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "011647-2024-WC3960-1",
            "relatedLots": [
                "1"
            ],
            "title": "Regeneration Strategic Advisor",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-110402",
                    "name": "Arcadis Consulting (UK) Limited"
                }
            ]
        },
        {
            "id": "011647-2024-WC3960-2",
            "relatedLots": [
                "1"
            ],
            "title": "Regeneration Strategic Advisor",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-110403",
                    "name": "CBRE Limited"
                }
            ]
        },
        {
            "id": "011647-2024-WC3960-3",
            "relatedLots": [
                "1"
            ],
            "title": "Regeneration Strategic Advisor",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-110404",
                    "name": "Savills (UK) Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "011647-2024-WC3960-1",
            "awardID": "011647-2024-WC3960-1",
            "title": "Regeneration Strategic Advisor",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-09T00:00:00+01:00"
        },
        {
            "id": "011647-2024-WC3960-2",
            "awardID": "011647-2024-WC3960-2",
            "title": "Regeneration Strategic Advisor",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-09T00:00:00+01:00"
        },
        {
            "id": "011647-2024-WC3960-3",
            "awardID": "011647-2024-WC3960-3",
            "title": "Regeneration Strategic Advisor",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-09T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 13
            }
        ]
    }
}