Section one: Contracting authority
one.1) Name and addresses
Crown Estate Scotland
Quartermile Two, 2nd Floor, 2 Lister Square
Edinburgh
EH3 9GL
procurement@crownestatescotland.com
Telephone
+44 7586570421
Country
United Kingdom
NUTS code
UKM - Scotland
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/
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
Managing Agents Services 2026: Commercial, Rural & Forestry
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
Crown Estate Scotland is seeking to appoint Managing Agents to manage its Rural and Commercial property portfolio in Scotland. The Crown Estate Scotland portfolio has been sub-divided into 6 (six) Lots for the purposes of this tender exercise as follows: Lot 1 - Commercial Property, Lot 2 - Rural North, Lot 3 - Rural South, Lot 4 - Rural North and Rural South Lot 5 - Forestry North Lot 6 - Forestry South.
two.1.5) Estimated total value
Value excluding VAT: £15,173,412
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Forestry - South
Lot No
6
two.2.2) Additional CPV code(s)
- 70330000 - Property management services of real estate on a fee or contract basis
- 70332000 - Non-residential property services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The management of in-hand commercial forestry across the estates is undertaken directly by the Purchaser’s staff. Additional call-off support for these activities is required through this Lot. It is not a full Management requirement.
Across all estates, there is a requirement for regular liaison with tenants, community and other stakeholders, maintaining and raising the profile of The Purchaser, managing good relations with tenants and other stakeholders and contributing positively to the overall management of the Estate. The role of Service Provider will also involve regular liaison with the Purchaser’s staff and any other Rural Service Providers.
Please see ITT for full details.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Core Service Requirements / Weighting: 20%
Quality criterion - Name: Proposed Team / Weighting: 10%
Quality criterion - Name: Approach to Service Delivery and Improvement / Weighting: 20%
Quality criterion - Name: Health & Safety / Weighting: 10%
Quality criterion - Name: Sustainability and Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £367,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 24 months extension options
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
two.2.14) Additional information
Please see ITT document and Services Contract for further details
two.2) Description
two.2.1) Title
Commercial Property
Lot No
1
two.2.2) Additional CPV code(s)
- 70332200 - Commercial property management services
- 70330000 - Property management services of real estate on a fee or contract basis
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This lot comprises the following commercial properties:
39-41 George Street, Edinburgh - the asset comprises a ground and basement retail unit and four floors of office suites within a B-listed building, including basement car parking and cycle storage, lifts and on-street entrance lobby with concierge facility. Property management of one retail lease, plus 5 office suites leases (1 vacant), one sub-station lease. Facilities management and management of service charges.
2 Cartsburn Street, Greenock - a new build development (2024) consisting of a Food & Beverage Drive Thru, 7 twin EV charging stations and small sub-station. Property management of three tenants and three FRI leases and associated grounds maintenance and any service charges.
23-27 Dunedin Street, Edinburgh – three industrial units used as an indoor climbing wall and gym/fitness facilities. Property management of two tenants and three FRI leases and any service charges.
Stoneyetts Drive, Woodilee, Lenzie – a new purpose-built nursery opened in 2025. Property management of one FRI lease.
This portfolio will encompass any additional acquisitions made during the contract period and may be adjusted to reflect any asset disposals.
The service to be provided includes the full suite asset management of a diverse commercial property portfolio to maximise returns whilst minimising risk and liability. This would involve but not limited to letting advisory, oversight of buildings, communications with tenants and other stakeholders, day-to-day management of the FM providers, and appointing contractors for maintenance to ensure compliance with health & safety laws.
Please refer to Schedule 1 of the Services Contract for further information
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Core Service Requirements / Weighting: 15%
Quality criterion - Name: Proposed Team / Weighting: 10%
Quality criterion - Name: Approach to Service Delivery, Improvement and KPIs / Weighting: 15%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Approach to Community Benefits / Weighting: 5%
Quality criterion - Name: Sustainability and Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £383,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 24 months extension options
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
two.2.14) Additional information
Please see ITT document and Services Contract for further details
two.2) Description
two.2.1) Title
Rural North and Rural South ( including Montrose)
Lot No
4
two.2.2) Additional CPV code(s)
- 70330000 - Property management services of real estate on a fee or contract basis
- 70331000 - Residential property services
- 70332000 - Non-residential property services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Purchaser is seeking to appoint Service Providers to manage its Rural property portfolio in Scotland which has a property asset value of c. 100m GBP with an approximate rent roll of c.2.7m GBP(March 2024). The current Scottish Rural portfolio extends to approximately 35,324 ha (87,287 acres) and consists of c. 642 agreements across four estates, Fochabers and Glenlivet in Moray, Whitehill in Midlothian and Applegirth in Dumfries and Galloway. Lot 2 and therefore 4 includes an area of more recently acquired development land at Montrose (50 ha,123 acres).
Lot 4 will be awarded instead of Lots 2 and 3 should it offer the Best Value solution.
There will be no restrictions on the number of lots a tenderer will be able to bid for, however if bidding for Lot 4, you must also submit bids for Lots 2 and 3 (separate Pricing Schedules).
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Core Service Requirements / Weighting: 15%
Quality criterion - Name: Proposed Team / Weighting: 10%
Quality criterion - Name: Approach to Service Delivery, Improvement and KPIs / Weighting: 15%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Approach to Community Benefits / Weighting: 5%
Quality criterion - Name: Sustainability and Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £14,179,412
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 24 months extension options
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
two.2.14) Additional information
Please see ITT document and Services Contract for further details
two.2) Description
two.2.1) Title
Rural North including Montrsoe
Lot No
2
two.2.2) Additional CPV code(s)
- 70330000 - Property management services of real estate on a fee or contract basis
- 70332000 - Non-residential property services
- 70332200 - Commercial property management services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Purchaser is seeking to appoint Service Providers to manage its Rural property portfolio in Scotland.
The current Scottish Rural portfolio consists of four estates, Fochabers and Glenlivet in Moray, Whitehill in Midlothian and Applegirth in Dumfries and Galloway. Lots 2 comprises of Fochabers and Glenlivet Estates, and may also include an area of more recently acquired development land at Montrose (50 ha,123 acres).
Please refer to Schedule 1 of the Services Contract for further information.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Core Service Requirements / Weighting: 15%
Quality criterion - Name: Proposed Team / Weighting: 10%
Quality criterion - Name: Approach to Service Delivery, Improvement and KPIs / Weighting: 15%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Approach to Community Benefits / Weighting: 5%
Quality criterion - Name: Sustainability and Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £9,616,412
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 24 months extension options
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
two.2.14) Additional information
Please see ITT document and Services Contract for further details
two.2) Description
two.2.1) Title
Rural South
Lot No
3
two.2.2) Additional CPV code(s)
- 70330000 - Property management services of real estate on a fee or contract basis
- 70332000 - Non-residential property services
- 70332200 - Commercial property management services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Purchaser is seeking to appoint Service Providers to manage its Rural property portfolio in Scotland.
The current Scottish Rural portfolio extends to four estates, Fochabers and Glenlivet in Moray, Whitehill in Midlothian and Applegirth in Dumfries and Galloway. Lot 3 consists of Whitehill and Applegirth Estates.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Core Service Requirements / Weighting: 15%
Quality criterion - Name: Proposed Team / Weighting: 10%
Quality criterion - Name: Approach to Service Delivery, Improvement and KPIs / Weighting: 15%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Approach to Community Benefits / Weighting: 5%
Quality criterion - Name: Sustainability and Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £4,563,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 24 months extension options
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
two.2.14) Additional information
Please see ITT document and Services Contract for further details
two.2) Description
two.2.1) Title
Forestry - North
Lot No
5
two.2.2) Additional CPV code(s)
- 70330000 - Property management services of real estate on a fee or contract basis
- 70332000 - Non-residential property services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The management of in-hand commercial forestry across the estates is undertaken directly by the Purchaser’s staff. Additional call-off support for these activities is required through this Lot. It is not a full Management requirement.
Across all estates, there is a requirement for regular liaison with tenants, community and other stakeholders, maintaining and raising the profile of The Purchaser, managing good relations with tenants and other stakeholders and contributing positively to the overall management of the Estate. The role of Service Provider will also involve regular liaison with the Purchaser’s staff and any other Rural Service Providers.
Please see ITT for full details.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the Core Service Requirements / Weighting: 20%
Quality criterion - Name: Proposed Team / Weighting: 10%
Quality criterion - Name: Approach to Service Delivery and Improvement / Weighting: 20%
Quality criterion - Name: Health & Safety / Weighting: 10%
Quality criterion - Name: Sustainability and Climate Emergency / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £244,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 24 months extension options
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
two.2.14) Additional information
Please see ITT document and Services Contract for further details
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
Please refer to SPD module for details relevant to this tender.
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.2.3) 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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 149-366580
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 September 2025
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
Tender must be valid until: 2 February 2026
four.2.7) Conditions for opening of tenders
Date
12 September 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Minimum of 5 years, to a maximum of 9 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
Whilst CES aims to award contracts to enable a commencement date of the 1st April 2026, should circumstances require it then CES reserves the right to implement a later commencement date.
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=804117.
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:
The Purchaser is keen to see the following Community benefits in particular:-
Provision of apprenticeships
Sub-contracting of contracts to SMEs
Sub-contracting to Supported Businesses
Any other Community benefits related to the subject matter of the contract
(SC Ref:804117)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=804117
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom