Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
UK
Contact person: Amanda Buist
Telephone: +44 3004251475
E-mail: amanda.buist@scotland.police.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.spa.police.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Planned Heritable Asset Valuations
Reference number: PROC 25-2894
II.1.2) Main CPV code
70000000
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
293 190.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
70332200
71530000
71315300
70330000
71315200
79419000
71251000
71355000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Police Scotland
2 French Street
Dalmarnock
Glasgow
G40 4EH
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.11) Information about options
Options:
Yes
Description of 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.
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 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:
2025/S 000-037307
Section V: Award of contract
Contract No: PROC 25-2894
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/10/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Graham & Sibbald
1 Greenmarket
Dundee
DD1 4QB
UK
Telephone: +44 1382200064
NUTS: UKM71
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 293 190.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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.
(SC Ref:814876)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
05/11/2025