Section one: Contracting authority
one.1) Name and addresses
West Midlands Pension Fund
19 Wolverhampton Interchange, Railway Drive
Wolverhampton
WV1 1LD
oliver.sliney-biss@csa-qs.co.uk
Telephone
+44 7741162588
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Additional information can be obtained from another address:
Christopher Smith Associates LLP
Cedar Court, Guildford Road
Surrey
KT22 9RX
Contact
Oliver Sliney-Biss
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
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
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