UK-Mark Duignan: Land management services.

UK-Mark Duignan: Land management services.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Mark Duignan, G33 6FB, United Kingdom
Tel. +44 1414830266, Email: mark.duignan@scottishwater.co.uk
Contact: Mark Duignan
Main Address: https://www.scottishwater.co.uk/
NUTS Code: UKM
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Rural Property Services
Reference Number: SW22/WP/1391
II.1.2) Main CPV Code:
70332100 - Land management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of services for management of Scottish Water rural land and property.
II.1.5) Estimated total value:
Value excluding VAT: 7,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: Scottish Water Commercial Land Management requires a pan-Scotland rural estate management service in respect of nearly 60,000 acres of owned water catchments as well a variety of small property holdings, houses, reservoirs and woodlands held to secure the effective delivery of water and wastewater services throughout Scotland. The key drivers are protecting the quality and integrity of water supplies/wastewater treatment along with the achievement of Scottish Water’s wider business objectives of contributing to financial outperformance against its current Strategic Plan, maximising the value of its property portfolio and expanding the utilisation of its land and assets for renewable energy generation.

The framework will encompass the following services -

Rural Land Management:
- Provision of professional advice and support to SW relating to the Scottish Water land and property portfolio including land and forestry management, regulatory compliance, maintenance, leases, licensing, rent and income factoring, Includes SW Land Team support through secondment.

Acquisitions:
- Provision of professional valuation and negotiation services associated with acquisition of land and property.

Redundant Asset Programme:
- Provision of professional services associated with disposal of land and property assets.

Land Referencing:
- Provision of professional land ownership verification services and comprehensive land ownership reports.

Full service scopes provided within ITN.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 7,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: The framework will have an initial 2 year term and 3 x 2-year extension options.
If all extension options are utilised (total: 8-year framework term), it is estimated that the services will be re-tendered in 2031.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V


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:
It is a pre-requisite that bidders hold current RICS accreditation and can demonstrate previous experience in undertaking services of similar scope and scale.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value.
All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents.
Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.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:
RICS accreditation is required.
III.2.2) Contract performance conditions
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
Bidders must comply with modern slavery act and operate an ethical supply chain.
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: Yes

Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/10/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If all extension options are utilised, it is estimated that the services will be re-tendered in 2031.
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Mark-Duignan:-Land-management-services./9Z9RJJQ39V

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sherriff Court
1 Carlton Place, Glasgow, G5 9TW, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7875873072
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/09/2022

Annex A