Section one: Contracting authority
one.1) Name and addresses
Scottish Enterprise
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
Telephone
+44 1414686024
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.scottish-enterprise.com/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.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
Strategic Innovation and Place Acquisition Programme Framework
Reference number
P25-0027
two.1.2) Main CPV code
- 70330000 - Property management services of real estate on a fee or contract basis
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Invitation to Tender (ITT) is to establish a single supplier Framework Agreement of a single property consultant to continue the work delivered through the Strategic Acquisitions Program (SAP), previously delivered under procurement contract P24-0005. SE requires an advisor to (i) review and enhance the existing search criteria and scoring methodology for property acquisitions that reflect current SE strategy, (ii) create a program for identification and reporting of opportunities, (iii) provide the necessary professional services to support property acquisitions in line with SE’s obligations for best value under the Scottish Public Finance Manual (SPFM), (iv) advise on appropriate technical due diligence and coordinate outputs (v) identify potential options for SE to consider (vi) represent SE in acquisition negotiations with vendors, (vii) liaise with SE’s professional and legal advisors to conclude acquisitions on satisfactory commercial terms. The services may also encompass providing advice on property appraisals, and associated commercial advice, where SE considers either working in joint venture or providing grant aid funding for existing property owners is an appropriate way to unlock sites for future development. This will also include standalone, ad hoc commercial property advice relevant to supporting the wider project above.
It is anticipated that the Framework Agreement will start in August 2024 and is anticipated to end 31 March 2027, although SE will retain the option of extension of up to an additional 12 months.
two.1.5) Estimated total value
Value excluding VAT: £416,666
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70330000 - Property management services of real estate on a fee or contract basis
- 70300000 - Real estate agency services on a fee or contract basis
- 70000000 - Real estate services
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The purpose of this Invitation to Tender (ITT) is to establish a single supplier Framework Agreement of a single property consultant to continue the work delivered through the Strategic Acquisitions Program (SAP), previously delivered under procurement contract P24-0005. SE requires an advisor to (i) review and enhance the existing search criteria and scoring methodology for property acquisitions that reflect current SE strategy, (ii) create a program for identification and reporting of opportunities, (iii) provide the necessary professional services to support property acquisitions in line with SE’s obligations for best value under the Scottish Public Finance Manual (SPFM), (iv) advise on appropriate technical due diligence and coordinate outputs (v) identify potential options for SE to consider (vi) represent SE in acquisition negotiations with vendors, (vii) liaise with SE’s professional and legal advisors to conclude acquisitions on satisfactory commercial terms. The services may also encompass providing advice on property appraisals, and associated commercial advice, where SE considers either working in joint venture or providing grant aid funding for existing property owners is an appropriate way to unlock sites for future development. This will also include standalone, ad hoc commercial property advice relevant to supporting the wider project above.
It is anticipated that the Framework Agreement will start in August 2024 and is anticipated to end 31 March 2027, although SE will retain the option of extension of up to an additional 12 months.
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
Duration in months
43
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the Framework Agreement will start in August 2024 and is anticipated to end 31 March 2027, although SE will retain the option of extension of up to an additional 12 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
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
Statement for SPD 4A2B - Bidders must confirm that they hold RICS membership / accreditation or equivalent. Confirmation should be
provided within the Tender Response Document (ITT Appendix 2).
three.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD Scotland online module.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD Scotland online module.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the Terms & Conditions included within the Invitation to Tender.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
7 August 2024
Local time
11:00am
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
7 August 2024
Local time
11:00am
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
Statement for SPD 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar). Any contract will be
entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to
execute said contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and
liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For
administrative purposes, any associated documentation will be sent to the nominated lead organisation.
Statement for SPD 2C.1 - Where the main bidder relies on the capacities of other entities in order to meet the selection criteria, the bidder
must provide a separate SPD response setting out the information required under SPD (Scotland): Part II (sections A and B); Part III
exclusion grounds; the relevant part of Section IV selection criteria; and Part V (if applicable) for each of the entities concerned.
Statement for SPD 2D.1.2 – If the bidder proposes to subcontract any part(s) of the service and those sub-contractors are not relied upon,
they should arrange for a separate SPD response from each potential subcontractor. The subcontractors must complete the relevant parts of
the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion. This may be
requested at the selection stage or prior to the subcontractor commencing work on the contract.
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=770477.
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.
(SC Ref:770477)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=770477
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk’s Office, PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
SPOEprocurement@scotland.gsi.gov.uk
Telephone
+44 1412425466
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In the first instance, contact the Head of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries.
Email: https://www.scottish-enterprise.com/help/contact-us. An economic operator that suffers, or risks suffering, loss or damage
attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings that will be started in the
High Court.
six.4.4) Service from which information about the review procedure may be obtained
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
SPOEprocurement@scotland.gsi.gov.uk
Telephone
+44 1412425466
Country
United Kingdom
Internet address
http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries