Notice Information
Notice Title
Revaluation of the Science and Technology Facilities Council's Land and Building Assets
Notice Description
The Science & Technology Facilities Council (STFC) requires Independent professional revaluations for all property, plant and equipment (PPE) every five years and are revised in the intervening years by the use of appropriate indices. PPE are professionally revalued on different cycles. Land and buildings at some of the STFC sites are due to be professionally re-valued. Following the implementation of IFRS13, HM Treasury has adapted IAS 16 Property, Plant and Equipment. This requires that assets in use, which are held for their service potential (operational assets), should be measured at their current value in existing use. For non-specialised assets, current value in existing use should be interpreted as market value in existing use, which is taken to be existing use value (EUV). For specialised assets current value in existing use should be interpreted as depreciated replacement cost (DRC). Assets are depreciated on a straight line basis over their estimated useful lives. The estimated life for freehold buildings is 60 years and for leasehold properties 60 years or the terms of the lease. Land is not depreciated. 2. Scope of the Work Valuations a. The service required is as follows: i. To provide valuations for the Council's land and building assets located at the Rutherford Appleton Laboratory (RAL), Didcot, Oxfordshire. ii. To provide bespoke revaluation indices for the Council's land and building assets located at Daresbury Laboratory (DL), Warrington. iii. To provide valuations for the land and building assets of STFC's Joint Venture company Diamond Light Source Limited (DLSL). DLSL is located on the RAL site in Didcot. iv. To provide remaining useful lives for the revalued assets. b. The valuations are to be as at 31st January 2018. c. All valuations are to be carried out in accordance with the current practice and guidance notes of the Royal Institute of Chartered Surveyors (RICS). This requirement was advertised via a Mini Competition undertaken on the CCS RM3816 Estates Professional Services Framework Lot 1
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-b8e13ee8-74fa-4cfd-b897-f8ec948f45c6
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/8c0c89bd-ff20-47bd-804e-3af2d8598a3c
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71315000 - Building services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £60,000 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jan 20188 years ago
- Submission Deadline
- 28 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Dec 20178 years ago
- Contract Period
- 18 Dec 2017 - 30 Mar 2018 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UK SHARED BUSINESS SERVICES LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SWINDON
- Postcode
- SN2 1FF
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK71 Swindon
- Delivery Location
- Not specified
-
- Local Authority
- Swindon
- Electoral Ward
- Rodbourne Cheney
- Westminster Constituency
- Swindon North
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/8c0c89bd-ff20-47bd-804e-3af2d8598a3c
2nd January 2018 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-b8e13ee8-74fa-4cfd-b897-f8ec948f45c6-2018-01-02T12:14:45Z",
"date": "2018-01-02T12:14:45Z",
"ocid": "ocds-b5fd17-b8e13ee8-74fa-4cfd-b897-f8ec948f45c6",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "UK SBS FM17171",
"title": "Revaluation of the Science and Technology Facilities Council's Land and Building Assets",
"description": "The Science & Technology Facilities Council (STFC) requires Independent professional revaluations for all property, plant and equipment (PPE) every five years and are revised in the intervening years by the use of appropriate indices. PPE are professionally revalued on different cycles. Land and buildings at some of the STFC sites are due to be professionally re-valued. Following the implementation of IFRS13, HM Treasury has adapted IAS 16 Property, Plant and Equipment. This requires that assets in use, which are held for their service potential (operational assets), should be measured at their current value in existing use. For non-specialised assets, current value in existing use should be interpreted as market value in existing use, which is taken to be existing use value (EUV). For specialised assets current value in existing use should be interpreted as depreciated replacement cost (DRC). Assets are depreciated on a straight line basis over their estimated useful lives. The estimated life for freehold buildings is 60 years and for leasehold properties 60 years or the terms of the lease. Land is not depreciated. 2. Scope of the Work Valuations a. The service required is as follows: i. To provide valuations for the Council's land and building assets located at the Rutherford Appleton Laboratory (RAL), Didcot, Oxfordshire. ii. To provide bespoke revaluation indices for the Council's land and building assets located at Daresbury Laboratory (DL), Warrington. iii. To provide valuations for the land and building assets of STFC's Joint Venture company Diamond Light Source Limited (DLSL). DLSL is located on the RAL site in Didcot. iv. To provide remaining useful lives for the revalued assets. b. The valuations are to be as at 31st January 2018. c. All valuations are to be carried out in accordance with the current practice and guidance notes of the Royal Institute of Chartered Surveyors (RICS). This requirement was advertised via a Mini Competition undertaken on the CCS RM3816 Estates Professional Services Framework Lot 1",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2017-11-28T23:59:59Z"
},
"contractPeriod": {
"startDate": "2017-12-18T00:00:00Z",
"endDate": "2018-03-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dXGP288m",
"name": "UK SHARED BUSINESS SERVICES LIMITED",
"identifier": {
"legalName": "UK SHARED BUSINESS SERVICES LIMITED",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/dXGP288m"
},
"address": {
"streetAddress": "Polaris House",
"locality": "Swindon",
"postalCode": "SN2 1FF",
"countryName": "England"
},
"contactPoint": {
"email": "FMProcurement@uksbs.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-73782",
"name": "GVA Grimley Limited",
"identifier": {
"legalName": "GVA Grimley Limited"
},
"address": {
"streetAddress": "3 Brindleyplace Birmingham B1 2JB"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dXGP288m",
"name": "UK SHARED BUSINESS SERVICES LIMITED"
},
"awards": [
{
"id": "ocds-b5fd17-b8e13ee8-74fa-4cfd-b897-f8ec948f45c6-1",
"status": "active",
"date": "2017-12-07T00:00:00Z",
"datePublished": "2018-01-02T12:14:45Z",
"value": {
"amount": 60000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-73782",
"name": "GVA Grimley Limited"
}
],
"contractPeriod": {
"startDate": "2017-12-18T00:00:00Z",
"endDate": "2018-03-30T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/8c0c89bd-ff20-47bd-804e-3af2d8598a3c",
"datePublished": "2018-01-02T12:14:45Z",
"format": "text/html",
"language": "en"
}
]
}
]
}