Tender

West Midlands Pension Fund - Development Manager Services Contract

  • West Midlands Pension Fund

F02: Contract notice

Notice identifier: 2024/S 000-039674

Procurement identifier (OCID): ocds-h6vhtk-04c5d8

Published 9 December 2024, 4:40pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Pension Fund

19 Wolverhampton Interchange, Railway Drive

Wolverhampton

WV1 1LD

Email

oliver.sliney-biss@csa-qs.co.uk

Telephone

+44 7741162588

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.wmpfonline.com/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43266

one.3) Communication

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

https://csaqs-my.sharepoint.com/:f:/g/personal/osliney-biss_qs-csa_co_uk/EgC5njOw3ZVDioUNPrDQ7tMBMyTjmg_4u7wqThg5tdehog?e=4xLqUP

Additional information can be obtained from another address:

Christopher Smith Associates LLP

Cedar Court, Guildford Road

Surrey

KT22 9RX

Contact

Oliver Sliney-Biss

Email

oliver.sliney-biss@csa-qs.co.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://christophersmithassociates.co.uk/

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

West Midlands Pension Fund - Development Manager Services Contract

two.1.2) Main CPV code

  • 70110000 - Development services of real estate

two.1.3) Type of contract

Services

two.1.4) Short description

West Midlands Pension Fund (the Authority) is one of the UK’s largest pension funds, originally formed by West Midlands County Council and now working in partnership with seven metropolitan district councils and over 800 employers providing public services across the West Midlands region. City of Wolverhampton Council is the Administering Authority for the Fund under the Local Government Pension Scheme Regulations 2013, and have delegated the responsibility for the management of the Fund to the Pensions Committee and the Director of Pensions, and established a Local Pensions Board to assist in governance of the Fund.

The fund is focused on delivering value to customers, developing services to enable pension members to plan for their retirement and supporting employers in delivering cost-effective benefits to their employees. They seek to invest responsible to generate long-term defined benefits and drive positive change including in aspects of social, environmental and governance to create long-term sustainability to the Funds people, and to the planet.

This opportunity is to support the Authority in the development of a real estate opportunity at 1 Rivergate in Bristol working under instruction of CBRE Investment Managers. The Development Manager shall be expected undertake such actions as (but not limited to) to undertake valuation, options appraisals, lead design development, champion environmental goals, communicate regularly with the Authority's investment partner (CBRE), develop programmes and report on progress.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70110000 - Development services of real estate

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
  • UKI - London
  • UKK - South West (England)
Main site or place of performance

Bristol, London and the South

two.2.4) Description of the procurement

West Midlands Pension Fund are seeking a Supplier to provide Development Management services as described in the Tender pack for the 1 Rivergate Bristol development.

The successful supplier will work on behalf of the Fund for CBRE Investment Management, who hold delegated responsibilities for the Authority.

The Capital works are anticipated to be in the region of GBP30,000,000 and the works would be anticipated to begin in Q1 or Q2 2026.

West Midlands Pension Fund is one of the UK’s largest pension funds, originally formed by West Midlands County Council and now working in partnership with seven metropolitan district councils and over 800 employers providing public services across the West Midlands region. City of Wolverhampton Council is the Administering Authority for the Fund under the Local Government Pension Scheme Regulations 2013, and have delegated the responsibility for the management of the Fund to the Pensions Committee and the Director of Pensions, and established a Local Pensions Board to assist in governance of the Fund.

The fund is focused on delivering value to customers, developing services to enable pension members to plan for their retirement and supporting employers in delivering cost-effective benefits to their employees. They seek to invest responsible to generate long-term defined benefits and drive positive change including in aspects of social, environmental and governance to create long-term sustainability to the Funds people, and to the planet.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

3 February 2025

End date

31 December 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

10 January 2025

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 January 2025

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Selection of tenderers will be based solely on the criteria set out for the procurement. It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233412.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:233412)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit