WP3960 - Regeneration Strategic Advisor (Ангилья - Тендер #50445656) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 50445656 Дата публикации: 20-01-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
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) CommunicationThe 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
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleWP3960 - Regeneration Strategic Advisor
Reference number: WP3960
II.1.2) Main CPV code79000000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe 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 valueValue excluding VAT: 10 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)79400000
II.2.3) Place of performanceNUTS code:
UKG38
Main site or place of performance:
Walsall
II.2.4) Description of the procurementThe 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 criteriaCriteria 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 systemStart: 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe 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 registersList and brief description of conditions:
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
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 participateDate: 19/02/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 19/02/2024
Local time: 12:00
Place:
Walsall
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
VI.3) Additional informationInterest 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 bodySee V1.4.3
Walsall
UK
VI.4.2) Body responsible for mediation proceduresSee V1.4.3
Walsall
UK
VI.4.3) Review procedurePrecise 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 notice17/01/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | procurement@walsall.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| 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 |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |