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
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