Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Stuart Riach
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DLGH Audit Services for Local Authority Verifiers & Certification Scheme Providers
Reference number
CASE/787743
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government Building Standards Division (BSD) has a requirement to award a contract to an external service provider for the provision of audit services.
The Building (Scotland) Act 2003 sets out the role of verifiers and certification scheme providers with the Scottish building standards system and allows their appointment to perform their respective roles. Appointment of both verifiers and certification scheme providers is conditional on their ability to continue to meet the requirements of their respective Operating Frameworks (verification & certification) with periodic audits identified as one of the conditions of appointment.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The scope of the contract covers the auditing of 32 local authority verifiers and 6 certification scheme providers. The service provider will be required to deliver the following:
- Phase 1: Audit Plans and Schedules for both Certification Scheme Providers and Verifiers
- Phase 2: Audit of Certification Scheme Providers 2025-2026
- Phase 3: Audit of Verifiers 2026-2029
- Phase 4: Review of Certification Operating Framework
- Phase 5: Audit of Certification Scheme Providers 2027-2028
Delivery of additional cycles of audits of Certification Scheme Providers and delivery of stage 2 audits of Local Authority Verifiers may also be required during the contract term.
two.2.5) Award criteria
Quality criterion - Name: Overall Quality / Weighting: 80%
Quality criterion - Name: Methodology / Weighting: 40/100
Quality criterion - Name: Staffing / Weighting: 30/100
Quality criterion - Name: Timetable and Delivery / Weighting: 20/100
Quality criterion - Name: Fair Work First / Weighting: 5/100
Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 5/100
Price - Weighting: 20%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 October 2025
End date
12 October 2030
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended for a period of up to 24 months. Subject to that constraint, the period of the Contract may be extended on more than one occasion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Delivery of additional cycles of Certification Scheme Provider audits, and delivery of stage 2 audits of local authority verifiers, may also be required from 2029 until the contract ends. Professional advice in relation to the audits, and spot audits where risks/needs arise, may also be required at any point during the contract term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 4B.5: Insurance Requirements - 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.
Minimum level(s) of standards possibly required
SPD 4B.5.1a: Professional Risk Indemnity 1,000,000 GBP
SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP
SPD 4B.5.2: Public Liability: 1,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C.1.2 - Tenderers to provide 2 examples of undertaking similar services within the last 3 years.
SPD 4C.4 - The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.10 - The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services.
Minimum level(s) of standards possibly required
SPD 4C.1.2 - examples of undertaking audit services
SPD 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
SPD 4C.10 - The tenderer is required to provide details of sub-contractors and the proportion (i.e percentage) of the contract they intend to subcontract.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-035369
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 September 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 September 2025
Local time
12:00pm
Place
PCS-Tender
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis.
Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice.
Questions that form the Quality award criteria will be scored using the following methodology:
0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent
Tenderers must also confirm that they will pay staff that are involved in the delivery of services under the contract at least the real Living Wage and meet standards on payment of any subcontractors. Tenderers who do not pass these questions will not be considered further.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29844. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:806044)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom