Back to tenders & grants page
Professional Property Consultancy Services (NLC-CPT-20-064) Real Estate, Marketing. Media & PR Professional Property Consultancy Services (NLC-CPT-20-064)
Receive Tenders like this by email

Professional Property Consultancy Services (NLC-CPT-20-064)

Professional Property Consultancy Services (NLC-CPT-20-064) has been closed on 31 Mar 2021. It no longer accepts any bids. For further information, you can contact the North Lanarkshire Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

North Lanarkshire Council

Industry:

Real Estate

Marketing. Media & PR

Status:

Closed

Timeline

Published:

10 Mar 2021

Deadline:

31 Mar 2021

Value:

Not available

Contacts

Phone:

+44 1698403876

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409200

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

Telephone: +44 1698403876

E-mail: [email protected]

Fax: +44 1698275125

NUTS: UKM84

Internet address(es)

Main address: http://www.northlanarkshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Professional Property Consultancy Services (NLC-CPT-20-064)

II.1.2) Main CPV code

66171000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement exercise relates to the provision of professional valuation and property advice in relation to town centre assets or similar assets for acquisition and future management until redevelopment.

II.1.5) Estimated total value

Value excluding VAT: 175 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

70332200

70330000

II.2.3) Place of performance

NUTS code:

UKM84


Main site or place of performance:

North Lanarkshire region.

II.2.4) Description of the procurement

The following two examples do not relate to any existing project but can be considered a guide of what will be expected of Service Providers on any projects commissioned from the framework. In order to assist the further understanding of work that might be commissioned the council would offer two examples of possible workstreams.

II.2.5) Award criteria

Criteria below:

Quality criterion: Delivery of Service Requirements / Weighting: 20

Quality criterion: Performance & Quality Management / Weighting: 8

Quality criterion: Skills and Knowledge / Weighting: 30

Quality criterion: Community Benefits Methodology / Weighting: 2

Price / Weighting:  40

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Any relevant professional or trade registers to the field of services such as RICS membership as noted in the ITT.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

List and brief description of selection criteria:

SPDS 4B.5 - It is a requirement of the framework agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

-Professional Indemnity Insurance - 2M GBP (TWO MILLION POUNDS STERLING)

-Employer’s (Compulsory) Liability Insurance - 10M GBP (TEN MILLION POUNDS STERLING)

-Public Liability Insurance - 5M GBP (FIVE MILLION POUNDS STERLING)

Bidders exempt from requiring the minimum levels of Employer’s (Compulsory) Liability Insurance should declare this within their tender.


Minimum level(s) of standards required:

SPDS 4B.5 - Within the Qualification Envelope, bidders should confirm whether or not they:

-have the required minimum levels of insurance,

-do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the framework agreement,

-do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or

-are exempt from requiring the minimum levels of insurance required by the Council.

Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance will be assessed as a FAIL and be excluded from the Procurement.

Bidders exempt from requiring the minimum levels of Employer’s (Compulsory) Liability Insurance should declare this within their tender.

Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.

---

SPDS 4B.5 will be assessed on a Pass /Fail basis.

---

Further information on the minimum requirements and full assessment criteria for Part 4.B of the EPDS is located within condition 3.2 of the ITT document within the PCS-T System.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPDS 4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice.

---

SPDS 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the framework agreement.

---

SPDS 4D - Full details of the selection criteria in regards to Quality Assurance is located within condition 3.2 of the ITT document within the PCS-T System.


Minimum level(s) of standards required:

SPDS 4C.1.2 - The Bidder is required to provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver the requirements these should be similar in regards to scope, scale and duration.

Bidders who fail to provide suitable examples may be assessed as a FAIL and be excluded from the Procurement.

---

SPDS 4C.10 - Bidders should confirm whether they intend to subcontract any part of the framework agreement and if so, what proportion will be sub-contracted.

Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement.

---

SPDS 4D - Full details of the selection criteria in regards to Quality Assurance is located within condition 3.2 of the ITT document within the PCS-T System.

---

SPDS 4C.1 and 4D will be assessed on a Pass /Fail basis.

SPDS 4C.10 is for information only and will not be assessed however failure to complete may result in a fail being applied. Any sub-contractors identified may be required to provide a separate SPDS.

---

Further information on the minimum requirements and full assessment criteria for Part 4.C and 4.D of the SPDS is located within condition 3.2 of the ITT document within the PCS-T System.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Further information is located within condition 2.11 of the ITT Document located within the PCS-T System

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/03/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 31/03/2021

Local time: 12:30

Place:

Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

PCS-Tender ITT code_38716 Project Code_18206

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18206. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Please review Community Benefits Appendix and ITT.

(SC Ref:646930)

VI.4) Procedures for review

VI.4.1) Review body

Please refer to section V1.4.3 of this notice

Please refer to section V1.4.3 of this notice

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session. (https://www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court)

VI.5) Date of dispatch of this notice

10/03/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more