Tender

Coastal Managing Agents ITT

  • Crown Estate Scotland

F02: Contract notice

Notice identifier: 2023/S 000-021273

Procurement identifier (OCID): ocds-h6vhtk-03e4a8

Published 24 July 2023, 12:06pm



Section one: Contracting authority

one.1) Name and addresses

Crown Estate Scotland

Quartermile Two, 2nd Floor, 2 Lister Square

Edinburgh

EH3 9GL

Contact

Andy Riley

Email

andy.riley@crownestatescotland.com

Telephone

+44 1314607657

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://crownestatescotland.com/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29444

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Other type

Public Corporation

one.5) Main activity

Other activity

Property


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Coastal Managing Agents ITT

two.1.2) Main CPV code

  • 70332100 - Land management services

two.1.3) Type of contract

Services

two.1.4) Short description

Coastal Portfolio Management and Additional Asset Management Services

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Assets are spread throughout Scotland.

two.2.4) Description of the procurement

Coastal Portfolio Management and Additional Asset Management Services - the procurement seeks a Managing Agent to deliver a property and asset management service for our Coastal portfolio.

two.2.5) Award criteria

Quality criterion - Name: Understanding of the service requirements / Weighting: 15

Quality criterion - Name: Experience – including relevant property management skills, qualifications, and staff knowledge of delivery of these services or services of similar scope and scale / Weighting: 40

Quality criterion - Name: Approach – to delivery of the scope and management of the services including the delivery of community benefits / Weighting: 25

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £7,000,000

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

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

The Contracting Authority reserves the right to extend this contract duration for a period of up to 48 months in any increment at its sole discretion until 31st March 2031.

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

Lead Partners & immediate team members are required to be Royal Institution of Chartered Surveyors (RICS) registered. This selection criteria is included in the SPD.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Evidence of annual turnover for 3 fiscal years. This criteria is included in the SPD.

Minimum level(s) of standards possibly required

Minimum required turnover per year - GBP 1,135,000.00

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders will be expected to be able to demonstrate a commitment to good prompt payment performance.

Throughout the duration of the Contract, the Service Provider’s performance will be monitored and evaluated, as per the conditions and requirements contained within the tender documents.

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

1 September 2023

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

1 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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=739449.

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.

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:

Tenderers are expected to provide proposals regarding how they will add value towards community benefits, which will be considered as part of their tender submission. Please detail the actions that the Tenderer will take to deliver community benefits.

Factors to consider as opportunities for community benefits could include:

- Generating employment and training opportunities for priority groups;

- Vocational training;

- Training existing workforce;

- Equality and diversity initiatives;

- Working with schools, colleges, universities to offer work experience or educational/professional advice;

- Community engagement events or providing value to the local community;

- Minimising negative environmental impacts.

The quality questionnaire provides the Tenderer opportunity to detail community benefits that will be offered as a direct result of the Contract.

(SC Ref:739449)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=739449

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers St,

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/