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

Provision of a Property Valuation Service

  • First published: 02 October 2025
  • Last modified: 02 October 2025
  • Version: N/A
  • 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-05a636
Published by:
Inverclyde Council
Authority ID:
AA20655
Publication date:
02 October 2025
Deadline date:
03 November 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Invitation to Tender is for Property Valuation Services. This contract is for the Provision of a Property Valuation Service as detailed in the Service Specification which is included in the PCS-Tender Buyer Attachment Area associated with this project.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Inverclyde Council

Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

UK

Contact person: Sophie Paice

Telephone: +44 1475712634

E-mail: sophie.paice@inverclyde.gov.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.inverclyde.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


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

Provision of a Property Valuation Service

II.1.2) Main CPV code

70330000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Invitation to Tender is for Property Valuation Services. This contract is for the Provision of a Property Valuation Service as detailed in the Service Specification which is included in the PCS-Tender Buyer Attachment Area associated with this project.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

This Invitation to Tender is for Property Valuation Services. This contract is for the Provision of a Property Valuation Service as detailed in the Service Specification which is included in the PCS-Tender Buyer Attachment Area associated with this project.

II.2.5) Award criteria

Criteria below:

Quality criterion: Method statement for Service Delivery / Weighting: 9.00%

Quality criterion: Project Plan with Timescales / Weighting: 8.00%

Quality criterion: Contract Management / Weighting: 3.00%

Quality criterion: Social Value Outcome Menu / Weighting: 3.00%

Quality criterion: Social Value Supporting Methodology / Weighting: 2.00%

Quality criterion: Fair Work First / Weighting: 5.00%

Price / Weighting:  70.00%

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

Duration in months: 60

This contract is subject to renewal: No

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:

(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).

OR

(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).

PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:

APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.

You must provide your average yearly turnover for the last 2 years.

Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.

If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.

If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.


Minimum level(s) of standards required:

4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability Insurance - 5M GBP

Public Liability Insurance - 5M GBP each and every claim with no inner limit of abuse claims.

Professional Indemnity Insurance - 10M GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2 Bidders must provide 2 examples of services carried out in the past 3 years. Examples must be in relation to Capital Valuation and Insurance Reinstatement Valuation of Property Assets similar to the requirements of this contract opportunity.

4C.6 Valuers must be members of the Royal Institution of Chartered Surveyors (RICS), the person(s) carrying out the valuations must be RICS Registered Valuers and must comply with the latest edition of the RICS Valuation – Global Standards (Red Book Global Standards).

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


Minimum level(s) of standards required:

4D.1 QUALITY MANAGEMENT PROCEDURES

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

Hold the information contained in the buyer attachment area in PCS-T (file name “Contract Notice Additional Information”).

4D.1 HEALTH & SAFETY

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum

OR

Hold the information contained in the supplier attachment area in PCS-T (file name "Contract Notice Additional Information")

III.2) Conditions related to the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/11/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 03/11/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

It is a requirement of this tender to comply with the Conditions of Contract, Contract Information for Tenderers, Evaluation and Award Criteria and Specification as detailed within the associated PCS-T project.

Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Questionnaire, Prompt Payment Certificate, Workforce Matters Certificate and Tender Declaration Certificate.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29703. 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:

or this contract Inverclyde Council are requesting 120 Social Value Points

(SC Ref:804791)

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=810772.

(SC Ref:810772)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court and Justice of the Peace Court

Sheriff Court House, 1 Nelson Street

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

01/10/2025

Coding

Commodity categories

ID Title Parent category
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis

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:
sophie.paice@inverclyde.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.