Section one: Contracting authority
one.1) Name and addresses
Crown Estate Scotland
Quartermile Two, 2nd Floor, 2 Lister Square
Edinburgh
EH3 9GL
Contact
Maurice McTeague
maurice.mcteague@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.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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Built Development Professional Services for Coastal and Land Transactions
Reference number
CES-ITT-2022-09-09
two.1.2) Main CPV code
- 70110000 - Development services of real estate
two.1.3) Type of contract
Services
two.1.4) Short description
Invitation to Tender – technical support and expertise including development advice, strategy, management and services to support development, investment and divestment across Crown Estate Scotland (CES) and beyond
two.1.5) Estimated total value
Value excluding VAT: £3,350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70121200 - Building purchase services
- 70122000 - Land sale or purchase services
- 70122100 - Land sale services
- 70122110 - Vacant-land sale services
- 70122200 - Land purchase services
- 70122210 - Vacant-land purchase services
- 70123000 - Sale of real estate
- 70123100 - Sale of residential real estate
- 70123200 - Sale of non-residential estate
- 70320000 - Land rental or sale services
- 70321000 - Land rental services
- 70322000 - Vacant-land rental or sale services
- 70332300 - Industrial property services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71222000 - Architectural services for outdoor areas
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71245000 - Approval plans, working drawings and specifications
- 71251000 - Architectural and building-surveying services
- 71315300 - Building surveying services
- 71356400 - Technical planning services
- 71400000 - Urban planning and landscape architectural services
- 71420000 - Landscape architectural services
- 71541000 - Construction project management services
- 72224000 - Project management consultancy services
- 73200000 - Research and development consultancy services
- 73220000 - Development consultancy services
- 79415200 - Design consultancy services
- 79421000 - Project-management services other than for construction work
- 79421100 - Project-supervision services other than for construction work
- 79421200 - Project-design services other than for construction work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Crown Estate Scotland currently operates an outsourced services business model to deliver the day-to-day management of its Rural, Coastal, Urban, Salmon Fishing Rights and Minerals & Mines Royal property portfolios. These core management services are contracted and undertaken by a variety of Managing Agents throughout Scotland overseen by the Crown Estate Scotland in-house property management team.
The Managing Agents provide all the key day-to-day operational / transactional / agreement management functions with ancillary works including allied services for capital work projects up to 150,000 GBP and Sales and Purchases of property, land and assets with a capital value up to 350,000 GBP. This tender is intended to supplement the services provided by the managing agents.
This tender is designed to establish a framework to provide additional multi-disciplinary consultancy support to Crown Estate Scotland to deliver its key objectives and the successful bidder will work together with Crown Estate Scotland teams and other outsourced services in a collaborative and co-ordinated way.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two optional 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two optional 12 month extensions
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
Valuation, negotiation, acquisition and disposal – RICS or equivalent
Planning – RTPI or equivalent
Project manager - CIPS or Prince 2 accredited or equivalent and appropriate accreditation
All other services should be suitably qualified and accredited by the appropriate body (e.g. architecture and RIBA)
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Refer to ITT
three.2.2) Contract performance conditions
Refer to ITT
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Continued delivery of development projects initiated in initial period or any extension
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
28 October 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 October 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: Up to 5 years
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
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=706452.
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:
Commitments to Fair Work First and Community Benefits should be considered by the bidders on a scored basis as detailed in the Crown Estate Scotland Related Policies document included in the tender pack and the information provided in the ITT
(SC Ref:706452)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=706452
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom