Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
Contact
Joanne McQuillan
procurement@north-ayrshire.gov.uk
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Property Management Services
Reference number
NAC/5084
two.1.2) Main CPV code
- 70332200 - Commercial property management services
two.1.3) Type of contract
Services
two.1.4) Short description
North Ayrshire Council (NAC) has a large and diverse portfolio of properties that are currently managed both in-house by professional staff (retail and offices) and by an external agent (industrial units).
NAC is now looking to appoint a third-party service provider to provide a professional property management service to manage its entire Commercial Property Portfolio which is spread across NAC area.
two.1.5) Estimated total value
Value excluding VAT: £375,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70332200 - Commercial property management services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance
North Ayrshire
two.2.4) Description of the procurement
North Ayrshire Council (NAC) has a large and diverse portfolio of properties that are currently managed both in-house by professional staff (retail and offices) and by an external agent (industrial units).
NAC is now looking to appoint a third-party service provider to provide a professional property management service to manage its entire Commercial Property Portfolio which is spread across NAC area.
The successful organisation will be required to display knowledge and understanding of the property market in Ayrshire and West Scotland and must employ staff who hold recognised professional qualifications in appropriate property, and/or estate fields.
The appointed organisation will be responsible to designated members of staff within NAC’s Business Development Team for the service provided under this contract.
The key team members will need drive, enthusiasm and commitment if these services are to be delivered on time and within budget and to deliver the desired performance improvement from the portfolio.
The continued ownership of the portfolio by NAC is crucial as it serves two key functions:
Assisting with the Community Wealth Building/Economic Development of the area by providing available stock at competitive market rentals, and
Providing an important source of revenue.
two.2.5) Award criteria
Quality criterion - Name: Tenant and Landlord Management / Weighting: 20
Quality criterion - Name: Estate Management Reporting / Weighting: 8
Quality criterion - Name: Income and Debt Recovery / Weighting: 6
Quality criterion - Name: Marketing / Weighting: 6
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2025
This contract is subject to renewal
Yes
Description of renewals
With an option to extend by up to 24 months
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
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “specific” turnover of 150000 GBP for the last 3 years in the business area covered by the contract.
North Ayrshire Council reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 million GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 10 million GBP in respect of any one event
Professional Indemnity Insurance 5 million GBP in the aggregate
Third-Party Motor Vehicle Insurance
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders are required to confirm the *supplier itself/supplier's staff* have the following relevant educational and professional qualifications:
Royal Institution of Chartered Surveyors (RICS) accreditation.
Bidders are required to confirm that they will employ environmental management measures that meet the following requirements:
reduce waste and carbon emissions
Bidders are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-031008
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 August 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 August 2022
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: June 2027
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Lots are not being used for this tender for the reason(s) stated below:
Value of contract not suitable for lots.
Nature of the contract not suitable for lots.
Delivery of the contract is location specific.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits will be required on a voluntary basis for:
1. Fair Work: promotion of job opportunities within North Ayrshire; employability targets for specific priority groups.
2. Upskilling (including curriculum development): work experience placements; taster sessions; training opportunities; work within education establishments.
3. Entrepreneurial, Inclusive and Sustainable Economy: monitoring spend within North Ayrshire; with micro, small and medium enterprises; and the Third Sector.
4. Wish List: delivery of community and Third Sector requests for support from the NAC Community Benefit Wish List. (http://northayrshire.community/community-benefits-wishlist-application-form/)
(SC Ref:698499)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom