Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  North Lanarkshire Council
  Civic Centre, Windmillhill Street
  Motherwell
  ML1 1AB
  UK
  
            Contact person: Corporate Procurement
  
            E-mail: corporateprocurement@northlan.gov.uk
  
            NUTS: UKM84
  Internet address(es)
  
              Main address: https://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
Management Services for The Centre Cumbernauld
            Reference number: NLC-CPT-24-044
  II.1.2) Main CPV code
  70000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  In March 2020, North Lanarkshire Council approved the publication of its draft Town Visions recognising Cumbernauld, the largest town within the local authority area, as one of the major towns that should form part of its core investment programme for ‘The Place – The Vision’ for North Lanarkshire.
  Considering the town’s strategic location and its town status,Cumbernauld has become a recognised commercial location with a mix offering business parks, industrial accommodation and retail shops. However, the town centre is largely retail dominated by the ‘the Centre Cumbernauld, Cumbernauld Shopping Centre’ (known jointly as ‘The Centre Cumbernauld’ (TCC)) together with the more modern Antonine Centre, along with two large office blocks and a further education college. This mix is no longer fit for purpose and does not meet the needs and aspirations of residents, many of whom now travel to nearby Glasgow or Stirling to shop, bypassing the TCC which many considered a blot on the urban landscape.
  TCC was built in the 1960 / 70s and occupies an extensive site in the middle of Cumbernuald town centre. Formed on either side of a major public road (Central Way/A8011) and connected by overhead pedestrian foot bridge / walkway, it extends to over 5 hectares in size including car parks. However, a lack of investment over several years has meant that the centre itself is in relatively poor condition (requiring extensive repairs and improvement if it was to be retained as an operational asset in the longer-term).
  The Council acquired the TCC in June 2023 in order to unlock transformational regeneration of Cumbernauld town centre and kick start the redevelopment of a mixed-use town centre space that will incorporate a Town Hub. This redevelopment will also stimulate private sector housing delivery, assembling land for residential use, enable development of much needed new homes and will contribute towards the regeneration of Cumbernauld into one of the eight towns recognised in North Lanarkshire Town Visions.
  II.1.5) Estimated total value
  Value excluding VAT: 
			5 522 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    70300000
    70330000
    70332000
    70332200
    79421000
    II.2.3) Place of performance
    NUTS code:
    UKM84
    II.2.4) Description of the procurement
    In order for the redevelopment to proceed, TCC will have to be rundown gradually and ultimately demolished. Demolition is likely to be completed over two stages with Stage 1 scheduled for 2027 and Stage 2 commencing between 2031 and 2033. This means that the centre will continue to operate over the next 7 to 8 years albeit that it will be on a reducing floor area. TCC continues to operate whilst the Council develops its plans and has continued to be managed on the Council’s behalf by companies put in place by the previous owner.
    To allow for the demolition of the centre the Council are looking at options for the construction of a ‘modular village’ in order for the existing tenants to relocate. As retail and commercial space is very limited in Cumbernauld town centre there’s not a sufficient supply of alternative units to accommodate all of the businesses from TCC. The proposed modular village could be situated on one of two identified sites within the town centre and work is progressing on the development of the feasibility study and costs. It is anticipated that any modular village development would have an onsite management office and be included in the management responsibilities of the appointed asset and property management agents.
    It is envisaged that the long-term asset and property management agent will be in place by Autumn 2025 and the contract will run until the centre is fully vacant around 2031 – 2033 depending on demolition programming. Therefore, and in addition to the existing services provided by the Asset and Property Manager, future services required include those currently provided within the short-term agreements (as above) whilst introducing elements including but not limited to
    -	managing new and existing leases including rent reviews, rent collection and arrears and debt recovery
    -	day-to-day management of the centre including security and cleaning
    -	marketing available units
    -	assisting with relocation of existing tenants within the centre
    -	maintenance of the centre including undertaking capital expenditure if required
    -	preparing financial statements
    -	preparing monthly management reports
    -	attending relevant meetings
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Presentation
                    / Weighting: 15
    
                    Quality criterion: Service Delivery Model
                    / Weighting: 15
    
                    Quality criterion: Communication / Dispute Resolution
                    / Weighting: 12
    
                    Quality criterion: Management and Staffing A
                    / Weighting: 8
    
                    Quality criterion: Management and Staffing B
                    / Weighting: 3
    
                    Quality criterion: Management Of Subcontractors and Supply Chain
                    / Weighting: 5
    
                    Quality criterion: Added Value
                    / Weighting: 4
    
                    Quality criterion: Carbon Reduction / Net Zero
                    / Weighting: 2
    
                    Quality criterion: Fair Work First
                    / Weighting: 3
    
                    Quality criterion: Community Benefits Methodology
                    / Weighting: 2
    
                    Quality criterion: Community Benefits Offering Menu
                    / Weighting: 1
    
                    Price
                    
                      / Weighting: 
                      30
    II.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:
    The Council intends to include an additional 4 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required.
    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
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Further information is contained within the tender document suite and can be downloaded from the additional documentation area within the PCS-T portal.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-025230
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              27/05/2025
  
                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: 5 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              27/05/2025
  
              Local time: 12:00
  Information about authorised persons and opening procedure:
  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
TENDERERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this Framework belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland.
The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all tenderers.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28170. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Bidders should refer to the requirements stated within PCS-Tender.
(SC Ref:784940)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Scottish Courts
    Edinburgh
    UK
   
 
VI.5) Date of dispatch of this notice
15/04/2025