Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
Sophie Paice
sophie.paice@inverclyde.gov.uk
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a Property Valuation Service
two.1.2) Main CPV code
- 70330000 - Property management services of real estate on a fee or contract basis
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.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.
two.2.5) Award criteria
Quality criterion - Name: Method statement for Service Delivery / Weighting: 9.00%
Quality criterion - Name: Project Plan with Timescales / Weighting: 8.00%
Quality criterion - Name: Contract Management / Weighting: 3.00%
Quality criterion - Name: Social Value Outcome Menu / Weighting: 3.00%
Quality criterion - Name: Social Value Supporting Methodology / Weighting: 2.00%
Quality criterion - Name: Fair Work First / Weighting: 5.00%
Price - Weighting: 70.00%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
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 possibly 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
three.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 possibly 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")
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 November 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
3 November 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House, 1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom