Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}