Buyer Name: Scottish Police Authority
Buyer Address: 1 Pacific Quay, 2nd Floor, Glasgow, UKM82, G51 1DZ, United Kingdom
Contact Name: Amanda Buist
Contact Email: amanda.buist@scotland.police.uk
Contact Telephone: +44 3004251475
Buyer Name: Scottish Police Authority
Buyer Address: 1 Pacific Quay, 2nd Floor, Glasgow, UKM82, G51 1DZ, United Kingdom
Contact Name: Amanda Buist
Contact Email: amanda.buist@scotland.police.uk
Contact Telephone: +44 3004251475
The Scottish Police Authority (known as the “the Authority”) requires a suitably qualified and experienced Contractor to undertake planned heritable asset valuations of its properties - land, building and radio sites. This procurement will result in the appointment if a single Contractor. The successful contactor must provide valuers who are current, registered members of the Royal Institute of Chartered Surveyors (RICS) and all valuations must be carried out in full accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards. The Authority is re-tendering this requirement to ensure the engagement of a competent and reliable provider. The estate comprises approximately 500 assets, covering operational and non-operational properties. The assets represent a wide range of property types and ages, including heritage and listed buildings, many of which are in varied states of condition. The valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards, incorporating International Standards (IVS) effective 31 January 2025, and having regard to the UK National Supplement effective from 1 May 2024. The contract is expected to commence on 1st October 2025 for an initial period of three years, with the option to extend for up to two additional 12-month periods, subject to the Authority’s discretion.
No linked documents found for this notice.
Lot Description: The Scottish Police Authority (known as the “the Authority”) requires a suitably qualified and experienced Contractor to undertake planned heritable asset valuations of its properties - land, building and radio sites. This procurement will result in the appointment if a single Contractor. The successful contactor must provide valuers who are current, registered members of the Royal Institute of Chartered Surveyors (RICS) and all valuations must be carried out in full accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards. The Authority is re-tendering this requirement to ensure the engagement of a competent and reliable provider. The estate comprises approximately 500 assets, covering operational and non-operational properties. The assets represent a wide range of property types and ages, including heritage and listed buildings, many of which are in varied states of condition. The valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards, incorporating International Standards (IVS) effective 31 January 2025, and having regard to the UK National Supplement effective from 1 May 2024. The contract is expected to commence on 1st October 2025 for an initial period of three years, with the option to extend for up to two additional 12-month periods, subject to the Authority’s discretion.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: Given the dynamic nature of assets, changes to the estate are likely over the course of the contract. The Scottish Police Authority must retain the flexibility to remove, amend, or reassign buildings within the estate and vary the contract terms as necessary to reflect these changes.
Lot 1 Award Criterion (quality): Quality
{
"buyer": {
"id": "GB-FTS-2697",
"name": "Scottish Police Authority"
},
"date": "2025-07-04T09:54:36+01:00",
"description": "Economic Operators\nFor FTS Notices, economic operators may be excluded from this competition if they are subject to any of the grounds specified in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.\nAssessment of Employment Status\nTenderers may be required to declare whether they intend to deliver services through a Personal Service Company (PSC).\nSince April 2017, the responsibility for determining and applying the correct employment tax arrangements under IR35 legislation has shifted from the PSC to the relevant public sector body. As such, the Authority must be fully informed of the employment status of any successful tenderer.\nFurther guidance of assessing employment status and understanding IR35 obligations is available from the UK Government.\nLiving Wage\nTenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only.\nEquality and Diversity\nTenderers will be required to comply with all statutory obligations under the Equality Act 2010.\nDeclaration of Non-Involvement in Serious Organised Crime\nTenderers are required to complete and sign the Declaration of Non-Involvement in Serious Organised Crime form as part of their submission.\nSubcontractor Detail\nTenderers must provide details of any subcontractors they intend to engage as part of their supply chain. This information must be included in the relevant section of the Single Procurement Document (SPD).\nData Protection\nTenderers must be aware of, and adhere to, their obligations under the Data Protection Act 2018 and the UK General Data Protection Regulations (UK GDPR), as outlined in the Contract.\nVetting\nThe tenderer\u2019s representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non-Police Personnel Vetting Standards (NPPV) Level 1. It would be beneficial if tenderer\u2019s put forwards team that hold or have recently held NPPV Level 1.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 59511. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nContracting authorities have a legal and policy basis for incorporating community benefits requirements into their procurement process, these refer to public contracts, and will use contract to delivery wider social benefits, such as:\n- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)\n- SME and social enterprise development\n- Community engagement\nAs part of the technical criteria, Tenderers are required to provide an outline of all community benefits that can be offered in relations to the contract.\n(SC Ref:803382)",
"id": "037307-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803382",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-0558cb",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G51 1DZ",
"region": "UKM82",
"streetAddress": "1 Pacific Quay, 2nd Floor"
},
"contactPoint": {
"email": "amanda.buist@scotland.police.uk",
"name": "Amanda Buist",
"telephone": "+44 3004251475",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public order and safety",
"id": "03",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
},
"id": "GB-FTS-2697",
"identifier": {
"legalName": "Scottish Police Authority"
},
"name": "Scottish Police Authority",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "1 Carton Place"
},
"id": "GB-FTS-2699",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-08-04T12:00:00+01:00"
},
"bidOpening": {
"address": {
"streetAddress": "Police Scotland\n2 French Street\nDalmarnock\nGlasgow\nG40 4EH"
},
"date": "2025-08-04T12:00:00+01:00",
"description": "Authorised user on Public Contracts Scotland - Tender (PCS-T) platform."
},
"classification": {
"description": "Real estate services",
"id": "70000000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "During the period of the Contract Agreement, the Authority shall monitor and measure contractor\u2019s performance against the Key Performance Indicators (KPIs) detailed below:\nQuality (30%)\nContract Outcome: 80%\nContinual Improvement/Innovation: 20%\nService (40.00%)\nComplaints: 40%\nCommunication: 40%\nManagement Information: 20%\nCost (20%)\nInvoice Accuracy: 100%\nSustainability (10%)\nSustainable Processes: 50%\nCommunity Benefits: 50%\nThe above KPIs will form part of the balanced scorecard and will be used to assess the contractor`s performance using the following scoring scale:\n4 - Exceeding Expectations (100)\n3 - Meeting Expectations (75)\n2 - Minor Concerns (50)\n1 - Major Concerns (25)\n0 - Not Performing (0)\nPerformance review will be carried out via Public Contract Scotland \u2013 Tender (PCS-T) Contract and Supplier Management Portal, at a frequency determined by the overall risk rating of the contract \u2013 this may be annually, biannually, or monthly."
},
"coveredBy": [
"GPA"
],
"description": "The Scottish Police Authority (known as the \u201cthe Authority\u201d) requires a suitably qualified and experienced Contractor to undertake planned heritable asset valuations of its properties - land, building and radio sites.\nThis procurement will result in the appointment if a single Contractor. The successful contactor must provide valuers who are current, registered members of the Royal Institute of Chartered Surveyors (RICS) and all valuations must be carried out in full accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards.\nThe Authority is re-tendering this requirement to ensure the engagement of a competent and reliable provider. The estate comprises approximately 500 assets, covering operational and non-operational properties. The assets represent a wide range of property types and ages, including heritage and listed buildings, many of which are in varied states of condition.\nThe valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards, incorporating International Standards (IVS) effective 31 January 2025, and having regard to the UK National Supplement effective from 1 May 2024.\nThe contract is expected to commence on 1st October 2025 for an initial period of three years, with the option to extend for up to two additional 12-month periods, subject to the Authority\u2019s discretion.",
"hasRecurrence": true,
"id": "PROC 25-2894",
"items": [
{
"additionalClassifications": [
{
"description": "Commercial property management services",
"id": "70332200",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Property management services of real estate on a fee or contract basis",
"id": "70330000",
"scheme": "CPV"
},
{
"description": "Building consultancy services",
"id": "71315200",
"scheme": "CPV"
},
{
"description": "Evaluation consultancy services",
"id": "79419000",
"scheme": "CPV"
},
{
"description": "Architectural and building-surveying services",
"id": "71251000",
"scheme": "CPV"
},
{
"description": "Surveying services",
"id": "71355000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Police Scotland\n2 French Street\nDalmarnock\nGlasgow\nG40 4EH"
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "40",
"name": "Quality",
"type": "quality"
},
{
"description": "60",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1800
},
"description": "The Scottish Police Authority (known as the \u201cthe Authority\u201d) requires a suitably qualified and experienced Contractor to undertake planned heritable asset valuations of its properties - land, building and radio sites.\nThis procurement will result in the appointment if a single Contractor. The successful contactor must provide valuers who are current, registered members of the Royal Institute of Chartered Surveyors (RICS) and all valuations must be carried out in full accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards.\nThe Authority is re-tendering this requirement to ensure the engagement of a competent and reliable provider. The estate comprises approximately 500 assets, covering operational and non-operational properties. The assets represent a wide range of property types and ages, including heritage and listed buildings, many of which are in varied states of condition.\nThe valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards, incorporating International Standards (IVS) effective 31 January 2025, and having regard to the UK National Supplement effective from 1 May 2024.\nThe contract is expected to commence on 1st October 2025 for an initial period of three years, with the option to extend for up to two additional 12-month periods, subject to the Authority\u2019s discretion.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "Given the dynamic nature of assets, changes to the estate are likely over the course of the contract. The Scottish Police Authority must retain the flexibility to remove, amend, or reassign buildings within the estate and vary the contract terms as necessary to reflect these changes."
},
"renewal": {
"description": "The Authority may, in its sole discretion, elect to extend the Contract Period by a further two (2) periods, each period being of up to twelve (12) months, if required, after the initial 3-year term."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"description": "The estimated contract duration is three years, with the potential to extend to five years if both optional one-year extensions are exercised."
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Single Procurement Document (SPD) Question 4A.1 Trade Registers\nIt is a requirement of this tender that if the Tenderer is UK based, they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the Authority\u2019s satisfaction that they are trading from the address provided in the tender and under the company name given.\nTenderers within the UK must confirm if they are registered with Companies House by responding to this question.\nSingle Procurement Document (SPD) Question 4A.2 Authorisation/Membership\nWhere it is required, within a Tenderer\u2019s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.\nTenderers must confirm if they hold the following authorisation or memberships:\n- The valuer or valuers carrying out this work must be registered through the RICS registered valuer scheme.\n- The valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - RICS Global Standards (Red Book)\n- Radio sites/mast properties to be valued on a fair value basis in accordance with IAS 16/IFRS 16.",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract indicated below:",
"minimum": "Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate.\nPublic Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.\nProfessional Indemnity Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.\nDocumentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.\nFinancial Standing:\nThe Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer\u2019s economic and financial standing.\nWithin such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.\nWhere successful in the award of this contract and the risk failure rating falls below 30 then the Authority\u2019s reserves the right to remove you from this contract. It is the Contractor\u2019s responsibility to ensure that the information held by Credit Safe is accurate and up to date.\nFor the avoidance of doubt, the Authority will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc.\nTenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission.\nIMPORTANT NOTE: This requirement is not applicable to Sole Traders/Charities. Sole Traders/Charities may be required to provide a bankers reference if successful.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.\nThe below requirements will be requested during the tender process:",
"minimum": "Single Procurement Document (SPD) Question 4C.1.2 Technical and Professional Ability\nTenderers will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Provision of Planned Heritable Asset Valuations.\nTwo (2) examples of the provisions of services specifically relating to heritable asset valuations will be required and must be from the last three (3) years.\nIf Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.\nGuidance:\nThe Authority will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.\nQ4C.6 - Tenderers will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:\nAs a minimum the supplier will be expected to be a member of the Royal Institute of Chartered Surveyors.\nQ4C.10 - Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"type": "technical"
},
{
"description": "The valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - Global Standards, incorporating International Valuation Standards (IVS) effective 31 January 2025, and having regard to the UK National Supplement effective from 1 May 2024.\nThe valuer or valuers carrying out the services must be registered member of the RICS registered valuer scheme.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 90
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-08-04T12:00:00+01:00"
},
"title": "Provision of Planned Heritable Asset Valuations",
"value": {
"amount": 173250.0,
"currency": "GBP"
}
}
}