Notice Information
Notice Title
Professional Property Consultancy Services (NLC-CPT-20-064)
Notice 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.
Lot Information
Lot 1
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000646930
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417268
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
70 - Real estate services
-
- CPV Codes
66171000 - Financial consultancy services
70330000 - Property management services of real estate on a fee or contract basis
70332200 - Commercial property management services
Notice Value(s)
- Tender Value
- £175,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £175,000 £100K-£500K
Notice Dates
- Publication Date
- 4 Jun 20214 years ago
- Submission Deadline
- 31 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- blakewayl@northlan.gov.uk
- Contact Phone
- +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409200
Professional Property Consultancy Services (NLC-CPT-20-064) - 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. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417268
Professional Property Consultancy Services (NLC-CPT-20-064) - 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.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000646930-2021-06-04T00:00:00Z",
"date": "2021-06-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000646930",
"initiationType": "tender",
"parties": [
{
"id": "org-118",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "Blakewayl@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-119",
"name": "Please refer to section V1.4.3 of this notice",
"identifier": {
"legalName": "Please refer to section V1.4.3 of this notice"
},
"address": {
"locality": "Please refer to section V1.4.3 of this notice"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-347",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "Blakewayl@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-301",
"name": "Avison Young (UK) Limited",
"identifier": {
"legalName": "Avison Young (UK) Limited"
},
"address": {
"streetAddress": "3 Brindleyplace",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B1 2JB"
},
"contactPoint": {
"telephone": "+44 8449020304"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-422",
"name": "Colliers International Valuation UK LLP",
"identifier": {
"legalName": "Colliers International Valuation UK LLP"
},
"address": {
"streetAddress": "50 George Street",
"locality": "London",
"region": "UKM",
"postalCode": "W1U 7GA"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-423",
"name": "Ryden LLP",
"identifier": {
"legalName": "Ryden LLP"
},
"address": {
"streetAddress": "130 St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5HF"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-161",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"locality": "Hamilton"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-347"
},
"tender": {
"id": "ocds-r6ebe6-0000646930",
"title": "Professional Property Consultancy Services (NLC-CPT-20-064)",
"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.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "70332200",
"scheme": "CPV"
},
{
"id": "70330000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "North Lanarkshire region."
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 175000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2021-03-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-03-31T12:30:00Z"
},
"documents": [
{
"id": "MAR409200",
"documentType": "contractNotice",
"title": "Professional Property Consultancy Services (NLC-CPT-20-064)",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409200",
"format": "text/html"
},
{
"id": "JUN417268",
"documentType": "awardNotice",
"title": "Professional Property Consultancy Services (NLC-CPT-20-064)",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417268",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "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.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2021-03-31T12:30:00Z",
"address": {
"streetAddress": "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."
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Further information is located within condition 2.11 of the ITT Document located within the PCS-T System"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Any relevant professional or trade registers to the field of services such as RICS membership as noted in the ITT."
},
{
"type": "economic",
"description": "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": "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."
},
{
"type": "technical",
"description": "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": "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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "66171000",
"scheme": "CPV"
},
"reviewDetails": "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)",
"hasRecurrence": false
},
"language": "EN",
"description": "PCS-Tender ITT code_38716 Project Code_18206 (SC Ref:656234)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000646930"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000646930"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "NLC-CPT-20-064",
"suppliers": [
{
"id": "org-301",
"name": "Avison Young (UK) Limited"
},
{
"id": "org-422",
"name": "Colliers International Valuation UK LLP"
},
{
"id": "org-423",
"name": "Ryden LLP"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NLC-CPT-20-064",
"awardID": "NLC-CPT-20-064",
"status": "active",
"value": {
"amount": 175000,
"currency": "GBP"
},
"dateSigned": "2021-06-04T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1532",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "1533",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "1534",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1535",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1536",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}