Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Police Authority
2 French Street, Dalmarnock
Glasgow
G40 4EH
UK
Person cyswllt: Craig Richardson
Ffôn: +44 1786895668
E-bost: craig.richardson@scotland.police.uk
NUTS: UKM
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
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Estates Specialist Building Surveys
Cyfeirnod: PROC-26-3369
II.1.2) Prif god CPV
71315000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Scottish Police Authority (known as the “the Authority”) is seeking to procure professional surveying services to undertake a
programme of 3D estates surveys across it’s property portfolio on an ad-hoc basis over the next 5 years.
The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform.
All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share,
annotate and use ‘as-built’ visual records including photo, UAV/drone and 3D walkthroughs.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
The Scottish Police Authority (known as the “the Authority”) is seeking to procure professional surveying services to undertake a
programme of 3D estates surveys across it’s property portfolio on an ad-hoc basis over the next 5 years.
The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform.
All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share,
annotate and use ‘as-built’ visual records including photo, UAV/drone and 3D walkthroughs.
Further information is provided within the ITT document, available on PCS-T.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Qulaity
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The duration of the contract will be three (3) years with the option to extend the Contract for a further two periods of up to twelve (12) months at the sole discretion of the Authority.
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:
The Authority may order more or less than these indicative quantities detailed in the tender documents and shall not be bound to order the
quantities referred to, accept or pay for any items other than those actually ordered. This will be confirmed with the Contractor at the point
of Contract. Furthermore, the Authority may place subsequent orders over the duration of the Contract, these will be subject to budget
availability and operational requirements
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
II.2.14) Gwybodaeth ychwanegol
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the
closing time to avoid any last minute problems.
Full information on this is provided within the Tender Documents.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover
indicated below:
Employers (Compulsory) Liability Insurance = FIVE MILLION POUNDS STERLING ) in respect of each claim, without limit to the
number of claims.
Public Liability Insurance = TEN MILLION POUNDS STERLING in respect of each claim, without limit to the number of claims.
Professional Indemnity Insurance = FIVE MILLION POUNDS STERLING in respect of each occurrence and in the annual aggregate, with
a minimum of 2 automatic reinstatements of the full annual limit of Five Million Pounds Sterling.
Motor Vehicle Insurance = The amount required by the law of the contract.
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD Question 4B6 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. Tenders are asked to provide their company
number within the SPD to allow the Authority to access a Credit Safe Report. 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. If you are
successful in the award of this contract and your risk failure rating falls below 30then the SPA reserve 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 SPA 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:
Part 4C: Quality Control
Tenderers will be required to provide the following for Quality Control requirements:
EITHER:
Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in
accordance with
BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested.
OR
Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested.
Guidance
The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and
continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at
a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities
for quality management throughout the organisation.
Part 4D: Quality Assurance Schemes
Tenderers will be required to provide the following for Quality Assurance/Health and Safety Requirements:
EITHER:
Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in
accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last twelve months, successfully met the
assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum,
then a copy of the certificate may be requested.
OR,
Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested.
Guidance
Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce
documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy
should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly
reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels
within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's
responsibilities of health and safety management and compliance with legislation.
III.2) Amodau sy’n gysylltiedig â’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:
08/04/2026
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: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
08/04/2026
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Real 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 the statutory obligations under the Equality Act 2010.
Declaration of Non-Involvement in Serious Organised Crime
Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime for The buyer is using PCS-Tender to
conduct this ITT exercise.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31364. 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:
Tenderers should detail and demonstrate their organisations’ commitment to providing Community Benefits within specific reference to
this contract.
Community Benefits can be offered to any geographical area of Scotland.
Tenderers should consider the following Community Benefit areas and where possible allocate the benefit intended to be offered against
these areas;
- Improving education and skills – apprenticeships
- Improving local employability – new jobs
- Work experience placements/programmes
- Delivering training and development
- Enhancing & Improving local community projects
- Other; Sponsor Charity work, etc.
Returns should focus on what your organisation can deliver over the duration of this contract period and will be evaluated accordingly.
Community Benefits delivered on previous projects cannot be evaluated as part of this submission, and as such returns which focus on
historic Community Benefits will receive a 0. If further information is required, please ask through the PCS-T portal.
(SC Ref:825990)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
09/03/2026