Section one: Contracting authority
one.1) Name and addresses
Scottish Enterprise
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
Contact
Adam Cunningham
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.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
P24-0005: Strategic Innovation and Place Acquisition Programme
Reference number
P24-0005
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 ITT is for Scottish Enterprise to appoint a property consultant to (i) develop an appropriate search criteria and scoring methodology for property acquisitions that reflect current SE strategy, (ii) 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), (iii) represent SE in acquisition negotiations with vendors, (iv) 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 providing grant aid funding for existing landowners is an appropriate way to unlock sites for future development.
It is anticipated that the contract will start in July 2023 and is anticipated to end in June 2025. SE will retain the option of two extension periods. The first extension period will be for a further 48-month period, the second extension period will be for a further 12-month period.
The total estimated value of the contract over the total duration is estimated to be between GBP150,000 and an overall fee cap of GBP200,000 (excl VAT).
Further details can be found within the Invitation to Tender (ITT) document.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £164,250
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
- 70122000 - Land sale or purchase services
- 70121000 - Building sale or purchase services
- 70121200 - Building purchase services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The purpose of this ITT is for Scottish Enterprise to appoint a property consultant to (i) develop an appropriate search criteria and scoring methodology for property acquisitions that reflect current SE strategy, (ii) 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), (iii) represent SE in acquisition negotiations with vendors, (iv) 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 providing grant aid funding for existing landowners is an appropriate way to unlock sites for future development.
It is anticipated that the contract will start in July 2023 and is anticipated to end in June 2025. SE will retain the option of two extension periods. The first extension period will be for a further 48-month period, the second extension period will be for a further 12-month period.
The total estimated value of the contract over the total duration is estimated to be between GBP150,000 and an overall fee cap of GBP200,000 (excl VAT).
Further details can be found within the Invitation to Tender (ITT) document.
two.2.5) Award criteria
Quality criterion - Name: Prompt Payment (only relevant where sub-contractors are proposed) / Weighting: Pass/Fail
Quality criterion - Name: Relevant Skills and Experience of the proposed Team / Weighting: 35%
Quality criterion - Name: Methodology for delivery and understanding of specific project requirements detailed in the Specification / Weighting: 25%
Quality criterion - Name: Project Team Structure / Weighting: 20%
Quality criterion - Name: Risk Identification and Mitigation / Weighting: 10%
Quality criterion - Name: Fair Work First / Weighting: 5%
Quality criterion - Name: Information Security / Weighting: 5%
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
Following the first 24 months, Scottish Enterprise will have an option to extend for a further 24 months, and then a further 12 months (total 36 months extension).
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 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: 2023/S 000-012138
Section five. Award of contract
Contract No
P24-0005: Strategic Innovation and Place Acquisition Programme
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 June 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Avison Young (UK) Limited
3 Brindleyplace
Birmingham
B1 2JB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £164,250
Section six. Complementary information
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.
(SC Ref:737705)
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
https://www.gov.scot/publications/single-point-of-enquiry/
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