Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Provision of Planned Heritable Asset Valuations

  • Cyhoeddwyd gyntaf: 14 Gorffennaf 2025
  • Wedi'i addasu ddiwethaf: 14 Gorffennaf 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0558cb
Cyhoeddwyd gan:
Scottish Police Authority
ID Awudurdod:
AA22040
Dyddiad cyhoeddi:
14 Gorffennaf 2025
Dyddiad Cau:
04 Awst 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

UK

Person cyswllt: Amanda Buist

Ffôn: +44 3004251475

E-bost: amanda.buist@scotland.police.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.spa.police.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Provision of Planned Heritable Asset Valuations

Cyfeirnod: PROC 25-2894

II.1.2) Prif god CPV

70000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 173 250.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

70332200

71530000

71315300

70330000

71315200

79419000

71251000

71355000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Police Scotland

2 French Street

Dalmarnock

Glasgow

G40 4EH

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Price / Pwysoliad:  60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Single Procurement Document (SPD) Question 4A.1 Trade Registers

It 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’s satisfaction that they are trading from the address provided in the tender and under the company name given.

Tenderers within the UK must confirm if they are registered with Companies House by responding to this question.

Single Procurement Document (SPD) Question 4A.2 Authorisation/Membership

Where it is required, within a Tenderer’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Tenderers must confirm if they hold the following authorisation or memberships:

- The valuer or valuers carrying out this work must be registered through the RICS registered valuer scheme.

- The valuations must be carried out in accordance with the RICS (Royal Institution of Chartered Surveyors) Valuation - RICS Global Standards (Red Book)

- Radio sites/mast properties to be valued on a fair value basis in accordance with IAS 16/IFRS 16.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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:


Lefel(au) gofynnol y safonau sydd eu hangen:

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.

Public 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.

Professional 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.

Documentation 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.

Financial Standing:

The 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’s economic and financial standing.

Within 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.

Where successful in the award of this contract and the risk failure rating falls below 30 then the Authority’s reserves the right to remove you from this contract. It is the Contractor’s responsibility to ensure that the information held by Credit Safe is accurate and up to date.

For 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.

Tenderers 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.

IMPORTANT NOTE: This requirement is not applicable to Sole Traders/Charities. Sole Traders/Charities may be required to provide a bankers reference if successful.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.

The below requirements will be requested during the tender process:


Lefel(au) gofynnol y safonau sydd eu hangen:

Single Procurement Document (SPD) Question 4C.1.2 Technical and Professional Ability

Tenderers 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.

Two (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.

If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.

Guidance:

The 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.

Q4C.6 - Tenderers will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

As a minimum the supplier will be expected to be a member of the Royal Institute of Chartered Surveyors.

Q4C.10 - Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.1) Gwybodaeth am broffesiwn penodol

PDim ond proffesiwn penodol all gymryd rhan : Ydy

Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:

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.

The valuer or valuers carrying out the services must be registered member of the RICS registered valuer scheme.

III.2.2) Amodau perfformiad contractau

During the period of the Contract Agreement, the Authority shall monitor and measure contractor’s performance against the Key Performance Indicators (KPIs) detailed below:

Quality (30%)

Contract Outcome: 80%

Continual Improvement/Innovation: 20%

Service (40.00%)

Complaints: 40%

Communication: 40%

Management Information: 20%

Cost (20%)

Invoice Accuracy: 100%

Sustainability (10%)

Sustainable Processes: 50%

Community Benefits: 50%

The above KPIs will form part of the balanced scorecard and will be used to assess the contractor`s performance using the following scoring scale:

4 - Exceeding Expectations (100)

3 - Meeting Expectations (75)

2 - Minor Concerns (50)

1 - Major Concerns (25)

0 - Not Performing (0)

Performance review will be carried out via Public Contract Scotland – Tender (PCS-T) Contract and Supplier Management Portal, at a frequency determined by the overall risk rating of the contract – this may be annually, biannually, or monthly.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 04/08/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 3  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 04/08/2025

Amser lleol: 12:00

Place:

Police Scotland

2 French Street

Dalmarnock

Glasgow

G40 4EH

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Authorised user on Public Contracts Scotland - Tender (PCS-T) platform.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

The estimated contract duration is three years, with the potential to extend to five years if both optional one-year extensions are exercised.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Economic Operators

For 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.

Assessment of Employment Status

Tenderers may be required to declare whether they intend to deliver services through a Personal Service Company (PSC).

Since 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.

Further guidance of assessing employment status and understanding IR35 obligations is available from the UK Government.

Living Wage

Tenderers 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.

Equality and Diversity

Tenderers will be required to comply with all statutory obligations under the Equality Act 2010.

Declaration of Non-Involvement in Serious Organised Crime

Tenderers are required to complete and sign the Declaration of Non-Involvement in Serious Organised Crime form as part of their submission.

Subcontractor Detail

Tenderers 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).

Data Protection

Tenderers 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.

Vetting

The tenderer’s 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’s put forwards team that hold or have recently held NPPV Level 1.

The 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

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:

Contracting 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:

- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)

- SME and social enterprise development

- Community engagement

As 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.

(SC Ref:803382)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace Court

1 Carton Place

Glasgow

G5 9DA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

04/07/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71355000 Gwasanaethau arolygu Gwasanaethau yswiriant peirianneg, ategol, cyfartalog, colled, actiwaraidd ac achub
71315300 Gwasanaethau arolygu adeiladau Gwasanaethau adeiladu
70000000 Gwasanaethau eiddo tiriog Adeiladu ac Eiddo Tiriog
71251000 Gwasanaethau pensaernïol ac arolygu adeiladau Gwasanaethau pensaernïol, peirianneg ac arolygu a thirfesur
70332200 Gwasanaethau rheoli eiddo masnachol gwaith atgyweirio a chynnal a chadw amhreswyl
71315200 Gwasanaethau ymgynghori ar adeiladau Gwasanaethau adeiladu
71530000 Gwasanaethau ymgynghori ar adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
79419000 Gwasanaethau ymgynghori ar brisio Gwasanaethau ymgynghori ar fusnes a rheoli
70330000 Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract Gwasanaethau asiantaeth eiddo tiriog ar sail ffi neu gontract

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
amanda.buist@scotland.police.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.