Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.1) Name and addresses
Inverness Campus Owners Association
C/O Highlands and Islands Enterprise, An Lòchran,
Inverness Campus, Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
https://www.invernesscampus.co.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23323
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Property Consultancy - Lot 3 Building Surveying
Reference number
FTS002
two.1.2) Main CPV code
- 71315300 - Building surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
HIE requires a suitably qualified and experienced supplier to provide the following services across all of the HIE area for both its commercial property portfolio as well as HIEs own offices - dilapidations, repair work, EPC and S63 valuations and insurance valuations etc.
This is Lot 3 of a 3 Lot Framework. The 3 Lots are: Lot 1 Property Management and Valuation; Lot 2 Property Marketing; Lot 3 Building Surveying
Each Lot is published separately on Public Contracts Scotland and bidders will have to register for each one individually. Each has the name ‘Property Consultancy’ in the title together with the relevant Lot number.
The Lots will offer complementary services and the successful supplier in each will be expected to work alongside the supplier(s) of the each other Lots as required. A supplier can bid for one, two or all of the lots.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
The contract will be awarded under a framework agreement to a single supplier and under this agreement, no minimum workload is guaranteed. Services will be agreed on an ‘as required’ basis only.
The framework will be non-exclusive i.e. HIE reserves the right, in certain circumstances, to procure out with the Framework, as and when required.
This Framework will be awarded by Highlands and Islands Enterprise (HIE) on behalf of both themselves and Inverness Campus Owners Association (ICOA). It will also be available for call-off by any current or future HIE subsidiary organisation, associated company, joint venture or similar, subject to a case-by-case prior approval by HIE. This may include, without limitation, Cairngorm Mountain Scotland Limited (CMSL) and/or Orkney Research and Innovation Campus (ORIC).
The 3-year budget currently available to deliver this service is between GBP 170 000 and GBP 230 000 (excluding VAT). The value over the whole length of the framework is not expected to exceed GBP 256 000.
two.2.5) Award criteria
Quality criterion - Name: Management & Delivery Methodology / Weighting: 25%
Quality criterion - Name: Management & Delivery Team / Weighting: 15%
Quality criterion - Name: Quality Management / Weighting: 10%
Quality criterion - Name: Sustainability / Weighting: 5%
Quality criterion - Name: Community Benefits / Weighting: 5%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
It is expected that these services will be required from November 2021 for an initial period of 3 years, unless terminated in accordance with the provisions of the framework agreement, with HIE having the option to extend for a period or periods together not exceeding 1 year following the initial term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
HIE reserves the right, on giving reasonable written notice from time to time, to require changes to the Services (whether by way of the removal of Services, the addition of new Services, or increasing or decreasing the Services). HIE shall not require any such change other than where it is permitted by Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
Where HIE determines (at its sole discretion) that demand for support under one or more Lots is lower than expected, HIE reserves the right to re-allocate the budget for that Lot to one or more of the other Lots, subject to the maximum total budget of GBP 1,236,000 across all Lots and including all options.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The bidder confirms they already have or can commit to obtain prior to the commencement of the contract, the following levels of insurance:
Professional risk indemnity – minimum GBP 5 million for each and every claim.
Employers (compulsory) liability — minimum GBP 5 million for each and every claim.
Public liability — minimum GBP 5 million for each and every claim.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-001445
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: HIE reserves the right to re-tender for these services upon termination of the framework or at the end of the contract period, including any extension period.
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
Award criteria scoring:
0 = Unacceptable — Nil or inadequate response which fails to demonstrate an ability to meet the requirement.
1 = Poor — Response is partially relevant but generally poor. It addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 = Acceptable — Response is relevant and acceptable. It addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 = Good — Response is relevant and good. It is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 = Excellent - Response is completely relevant and excellent overall. It is comprehensive, unambiguous and demonstrate a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Tenders must be submitted via the PCS postbox and must be received by the published deadline. Late tenders will not be accepted and HIE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.
PCS also gives suppliers access to an on-line Question and Answer facility which allows queries to be submitted (anonymously), and answers published and shared with all potential bidders.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=651526.
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.publiccontractsscotland.gov.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.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community Benefits will be evaluated as part of the tender process and bidders are expected to provide a Community Benefit proposal as part of their tender detailing how, if awarded the contract, these will be addressed. Please refer to the Scope of Requirements for further details.
(SC Ref:651526)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=651526
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
Iv1 1AH
Telephone
+44 1463230782
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Procurement (Scotland) Regulations 2016 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.