Contract

Provision of Planned Heritable Asset Valuations

  • Scottish Police Authority

F03: Contract award notice

Notice identifier: 2025/S 000-071089

Procurement identifier (OCID): ocds-h6vhtk-0558cb

Published 5 November 2025, 8:49am



Section one: Contracting authority

one.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

Contact

Amanda Buist

Email

amanda.buist@scotland.police.uk

Telephone

+44 3004251475

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.spa.police.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Planned Heritable Asset Valuations

Reference number

PROC 25-2894

two.1.2) Main CPV code

  • 70000000 - Real estate services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £293,190

two.2) Description

two.2.2) Additional CPV code(s)

  • 70332200 - Commercial property management services
  • 71530000 - Construction consultancy services
  • 71315300 - Building surveying services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 71315200 - Building consultancy services
  • 79419000 - Evaluation consultancy services
  • 71251000 - Architectural and building-surveying services
  • 71355000 - Surveying services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Police Scotland

2 French Street

Dalmarnock

Glasgow

G40 4EH

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.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.

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 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 000-037307


Section five. Award of contract

Contract No

PROC 25-2894

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 October 2025

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other 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

five.2.3) Name and address of the contractor

Graham & Sibbald

1 Greenmarket

Dundee

DD1 4QB

Telephone

+44 1382200064

Country

United Kingdom

NUTS code
  • UKM71 - Angus and Dundee City
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £293,190


Section six. Complementary information

six.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)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carton Place

Glasgow

G5 9DA

Country

United Kingdom