Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

WP3960 - Regeneration Strategic Advisor

  • First published: 19 January 2024
  • Last modified: 19 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042e0a
Published by:
Walsall Council
Authority ID:
AA72110
Publication date:
19 January 2024
Deadline date:
19 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 £500k 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 £10 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Walsall Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

UK

Contact person: Julie Jones

E-mail: procurement@walsall.gov.uk

NUTS: UKG38

Internet address(es)

Main address: www.walsall.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/walsallcouncil

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/walsallcouncil


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/walsallcouncil


Tenders or requests to participate must be sent to the abovementioned address


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

WP3960 - Regeneration Strategic Advisor

Reference number: WP3960

II.1.2) Main CPV code

79000000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

Walsall

II.2.4) Description of the procurement

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 £500k 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 £10 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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Non-price Criteria / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024

End: 31/03/2027

This contract is subject to renewal: Yes

Description of renewals:

1 x 12 months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/02/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 19/02/2024

Local time: 12:00

Place:

Walsall

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

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.

VI.4) Procedures for review

VI.4.1) Review body

See V1.4.3

Walsall

UK

VI.4.2) Body responsible for mediation procedures

See V1.4.3

Walsall

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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).

VI.5) Date of dispatch of this notice

17/01/2024

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@walsall.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.