Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Professional Property Consultancy Services Framework

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-055d52
Published by:
North Lanarkshire Council
Authority ID:
AA20183
Publication date:
28 July 2025
Deadline date:
18 August 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The main aim of the framework agreement for Professional Property Consultancy Services is to ensure that suitably qualified consultants are available to support the councils in-house Estates team who are involved in a multitude of property projects and valuation work, further information is available within Annex 1 Details of Requirement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

Telephone: +44 3451430015

E-mail: Corporateprocurement@northlan.gov.uk

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

Access to the procurement documents is restricted. Further information can be obtained 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 Framework

Reference number: NLC-CPT-24-117

II.1.2) Main CPV code

70332200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The main aim of the framework agreement for Professional Property Consultancy Services is to ensure that suitably qualified consultants are available to support the councils in-house Estates team who are involved in a multitude of property projects and valuation work, further information is available within Annex 1 Details of Requirement.

II.1.5) Estimated total value

Value excluding VAT: 475 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71315200

II.2.3) Place of performance

NUTS code:

UKM84


Main site or place of performance:

North Lanarkshire

II.2.4) Description of the procurement

High level scope includes:

- Professional property consultancy services

- Regulated (and non-regulated) valuations

- Additional specialist advice

- Supporting estate teams project work, where insufficient internal resource identified

- Independent advice / valuations where appropriate

II.2.5) Award criteria

Criteria below:

Quality criterion: 70 / Weighting: Quality

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 475 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will consist of an initial 24 month period and 2 x 12 month optional extension periods.

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:

Please refer to the PCS-Tender notice.

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

See ITT Pack

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: 4

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: 18/08/2025

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/08/2025

Local time: 12:00

Place:

Remotely

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29667. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

See Annex 2.

(SC Ref:804106)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

11/07/2025

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
70332200 Commercial property management services Non-residential property services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Corporateprocurement@northlan.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.