Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873732
E-mail: procurement@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.1) Name and addresses
Blaenau Gwent County Borough Council
Municipal Offices, Civic Centre
Ebbw Vale
NP23 6XB
UK
Telephone: +44 1495311556
E-mail: procurement@cardiff.gov.uk
NUTS: UKL16
Internet address(es)
Main address: http://www.blaenau-gwent.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0278
I.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Telephone: +44 1656642596
E-mail: procurement@cardiff.gov.uk
NUTS: UKL17
Internet address(es)
Main address: www.bridgend.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417
I.1) Name and addresses
Caerphilly County Borough Council
Penallta House, Tredomen Park, Ystrad Mynach
Hengoed
CF82 7PG
UK
Telephone: +44 1443863161
E-mail: procurement@cardiff.gov.uk
Fax: +44 1443863167
NUTS: UKL16
Internet address(es)
Main address: www.caerphilly.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272
I.1) Name and addresses
Merthyr Tydfil County Borough Council
Unit 5,, Triangle Business Park, Pentrebach
Merthyr Tydfil
CF48 4TQ
UK
Telephone: +44 1685725000
E-mail: procurement@cardiff.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.merthyr.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0347
I.1) Name and addresses
Monmouthshire County Council
County Hall, Rhadyr
Usk
NP15 1GA
UK
Telephone: +44 1633644644
E-mail: procurement@cardiff.gov.uk
NUTS: UKL21
Internet address(es)
Main address: http://www.monmouthshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0277
I.1) Name and addresses
Newport City Council
Civic Centre
Newport
NP20 4UR
UK
Telephone: +44 1633656656
E-mail: procurement@cardiff.gov.uk
NUTS: UKL21
Internet address(es)
Main address: www.newport.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273
I.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443
E-mail: procurement@cardiff.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.rctcbc.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
I.1) Name and addresses
Torfaen County Borough Council
Civic Centre, Pontypool
Torfaen
NP4 6YB
UK
Telephone: +44 1495762200
E-mail: procurement@cardiff.gov.uk
NUTS: UKL16
Internet address(es)
Main address: www.torfaen.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0498
I.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
UK
Telephone: +44 1446709767
E-mail: procurement@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.valeofglamorgan.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SME Housing Fund - Procurement of a Fund Manager
Reference number: ERFX 1007376
II.1.2) Main CPV code
66000000
II.1.3) Type of contract
Services
II.1.4) Short description
Cardiff Council is seeking to procure a FCA accredited fund manager / advisor on behalf of Cardiff Capital Region (CCR) to provide certain services and to manage the capital allocated under a 10 million GBP housing investment fund for the benefit of SME developers (developers with less than 250 employees) operating in the South East Wales region.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66100000
66140000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Cardiff Capital Region City Deal is a 1.1bn GBP economic growth programme which was agreed in 2016 between UK Government, Welsh Government and ten local authorities in South East Wales (the "Region") to bring about significant economic growth in the Region through investment, upskilling, and improved physical and digital connectivity.
The CCR local authorities are: Blaenau Gwent, Bridgend, Caerphilly, Cardiff Council, Merthyr Tydfil, Monmouthshire, Newport, Rhondda Cynon Taf, Torfaen and Vale of Glamorgan.
Work undertaken to date has demonstrated to CCR that a key challenge in the Region's housing market is the requirement for vital financing support for SME developers with less than 250 employees and turnover under 50 million EURO ("SMEs") that play a valuable role in local house-building for relatively small housing schemes that fall outside of the mainstream developers' line of sight.
To address this, CCR is seeking to establish an initial 10 million GBP investment sub-fund to target the substantial number of SME controlled smaller sites in the Region and provide finance support to SME developers who are unable to proceed with developments due to a lack of available funding support, particularly for the required upfront costs in the delivery cycle (the "Fund"). The term of the Fund is anticipated to be 11 years (approximately 1 year bedding in period and 10 years of investment), with the possibility of an extension by CCR for further period(s) of up to 10 years. CCR reserves the right to increase value of its investment in the Fund over this period. The principal objectives of the Fund, investment products, investment criteria, eligibility criteria and target outputs are set out in the Investment Strategy which has been issued alongside this Contract Notice.
CCR is seeking to commission an FCA accredited fund manager / adviser to, amongst other matters, help market the Fund, source a pipeline of projects, undertake due diligence on applicants and manage the capital allocated under the Fund on CCR's behalf. It is intended that CCR will hold the 10 million GBP which will be loaned directly by CCR to successful applicants upon the Fund Manager's formal recommendation and that a successful applicant will make repayments on the loan to CCR directly. As CCR is not itself a corporate vehicle, Cardiff Council shall hold and manage the allocated 10 million investment; and procure and enter into a services contract for fund management services in respect of the Fund on behalf of CCR. CCR anticipates that the duration of the fund manager's services contract will align with the duration of the Fund.
It is anticipated the fund manager/adviser shall perform loan origination and servicing services alongside general services and reporting services which shall include (amongst other matters): (a) advice upon and finalisation of the Investment Strategy for the Fund; (b) marketing, promoting and securing a pipeline of suitable applicants; (c) reviewing applications and conducting due diligence on a applicant's suitability for the Fund; (d) making recommendations to CCR's investment board in respect of suitable applicants; (e) ongoing monitoring, scrutiny and management of investments made and any potential or actual risks arising and how these may be managed; and (f) fulfilling the role of a FCA accredited fund manager for the Fund. The Fund Manager should also have direct access to third party advisers (in-house or otherwise) (such as valuers and professional advisers) in order to provide the full scope of services on behalf of CCR. The full scope of services is set out in Fund Manager Services Contract which has been issued alongside this Contract Notice.
CCR is now inviting suitably qualified organisations to submit a response to the standard selection questionnaire (SQ) for this contract opportunity. Details of where to obtain the SQ and other documentation being released at this stage can be found in Section I of this contract notice.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 252
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
See section 11.2.7 for details
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Please note the estimated value at is based on the maximum 21 year duration of services.
CCR previously engaged with potential suppliers via a soft market testing exercise to discuss this opportunity (see OJEU PIN reference 2020/S 103-249508). The responses confirmed that the Fund was viable, there is a need for the Fund, and the market would be interested in the opportunity.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Provider must be FCA registered
III.2.2) Contract performance conditions
Please refer to the contract, the form of which is made available from the address at 1.3 and the terms of the ISIT.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 103-249508
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/03/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
31/03/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
To register your interest in this notice and obtain any additional information please visit https://supplierlive.proactisp2p.com ERFX1007376
CCR is conducting this procurement using the Competitive Procedure with Negotiation. Following assessment of SQ submissions, 3 candidates will be invited to submit an initial tender. Please see the SQ for further details. CCR then intends to conduct a focussed and effective negotiation stage with the aim of enabling tenderers to submit a final tender that meets CCR’s requirements. The Draft Invitation to Submit Initial Tender (ISIT) is being issued with the Contract Notice for information only and contains additional information on the anticipated procurement process and draft contract terms.
Candidates are solely responsible for their costs and expenses incurred in connection with this procurement. Under no circumstances (including circumstances where CCR cancels or varies the procurement) will CCR or Cardiff Council or any of its advisers be liable for any costs or expenses borne or incurred by the candidates or their advisers.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=108369.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
See tender pack
(WA Ref:108369)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with the Public Contract Regulations 2015, CCR will incorporate a minimum 10 calendar days standstill period from the date information on award of contract is communicated to tenderers.
VI.5) Date of dispatch of this notice
19/02/2021