Tender

Specialist Building Surveys

SCOTTISH POLICE AUTHORITY

This public procurement record has 1 release in its history.

Tender

05 Dec 2025 at 00:00

Summary of the contracting process

See notice for full details.

How relevant is this notice?

Notice Information

Notice Title

Specialist Building Surveys

Notice Description

The Scottish Police Authority (known as the "the Authority") is seeking to procure professional surveying services to undertake a programme of 3D estates surveys across it's property portfolio on an ad-hoc basis over the next 5 years. The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform. All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share, annotate and use 'as-built' visual records including photo, UAV/drone and 3D walkthroughs.

Lot Information

Lot 1

The Scottish Police Authority (known as the "the Authority") is seeking to procure professional surveying services to undertake a programme of 3D estates surveys across it's property portfolio on an ad-hoc basis over the next 5 years. The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform. All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share, annotate and use 'as-built' visual records including photo, UAV/drone and 3D walkthroughs. Further information is provided within the ITT document, available on PCS-T.. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Full information on this is provided within the Tender Documents.

Options: The Authority may order more or less than these indicative quantities detailed in the tender documents and shall not be bound to order the quantities referred to, accept or pay for any items other than those actually ordered. This will be confirmed with the Contractor at the point of Contract. Furthermore, the Authority may place subsequent orders over the duration of the Contract, these will be subject to budget availability and operational requirements

Renewal: The duration of the contract will be three (3) years with the option to extend the Contract for a further two periods of up to twelve (12) months at the sole discretion of the Authority.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000816650
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545072
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

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
£1,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20253 days ago
Submission Deadline
9 Jan 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
craig.richardson@scotland.police.uk
Contact Phone
+44 1786895668

Buyer Location

Locality
GLASGOW
Postcode
G40 4EH
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Calton
Westminster Constituency
Glasgow East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545072
    Specialist Building Surveys - The Scottish Police Authority (known as the "the Authority") is seeking to procure professional surveying services to undertake a programme of 3D estates surveys across it's property portfolio on an ad-hoc basis over the next 5 years. The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform. All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share, annotate and use 'as-built' visual records including photo, UAV/drone and 3D walkthroughs.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000816650-2025-12-05T00:00:00Z",
    "date": "2025-12-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000816650",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-4",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "2 French Street, Dalmarnock",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G40 4EH"
            },
            "contactPoint": {
                "email": "craig.richardson@scotland.police.uk",
                "telephone": "+44 1786895668",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-3",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-4"
    },
    "tender": {
        "id": "PROC-25-3158",
        "title": "Specialist Building Surveys",
        "description": "The Scottish Police Authority (known as the \"the Authority\") is seeking to procure professional surveying services to undertake a programme of 3D estates surveys across it's property portfolio on an ad-hoc basis over the next 5 years. The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform. All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share, annotate and use 'as-built' visual records including photo, UAV/drone and 3D walkthroughs.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2026-01-09T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-01-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC545072",
                "documentType": "contractNotice",
                "title": "Specialist Building Surveys",
                "description": "The Scottish Police Authority (known as the \"the Authority\") is seeking to procure professional surveying services to undertake a programme of 3D estates surveys across it's property portfolio on an ad-hoc basis over the next 5 years. The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform. All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share, annotate and use 'as-built' visual records including photo, UAV/drone and 3D walkthroughs.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545072",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Police Authority (known as the \"the Authority\") is seeking to procure professional surveying services to undertake a programme of 3D estates surveys across it's property portfolio on an ad-hoc basis over the next 5 years. The awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform. All information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share, annotate and use 'as-built' visual records including photo, UAV/drone and 3D walkthroughs. Further information is provided within the ITT document, available on PCS-T.. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Full information on this is provided within the Tender Documents.",
                "status": "active",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "The Authority may order more or less than these indicative quantities detailed in the tender documents and shall not be bound to order the quantities referred to, accept or pay for any items other than those actually ordered. This will be confirmed with the Contractor at the point of Contract. Furthermore, the Authority may place subsequent orders over the duration of the Contract, these will be subject to budget availability and operational requirements"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the contract will be three (3) years with the option to extend the Contract for a further two periods of up to twelve (12) months at the sole discretion of the Authority."
                }
            }
        ],
        "bidOpening": {
            "date": "2026-01-09T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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: Employers (Compulsory) Liability Insurance = FIVE MILLION POUNDS STERLING ) in respect of each claim, without limit to the number of claims. Public Liability Insurance = TEN MILLION POUNDS STERLING in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance = FIVE MILLION POUNDS STERLING in respect of each occurrence and in the annual aggregate, with a minimum of 2 automatic reinstatements of the full annual limit of Five Million Pounds Sterling. Motor Vehicle Insurance = The amount required by the law of the contract. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.",
                    "minimum": "SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on Credit Safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "description": "Part 4C: Quality Control Tenderers will be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Part 4D: Quality Assurance Schemes Tenderers will be required to provide the following for Quality Assurance/Health and Safety Requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last twelve months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested. Guidance Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-07-08T00:00:00Z"
            }
        },
        "classification": {
            "id": "71315000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Real 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 the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime for The buyer is using PCS-Tender to conduct this ITT exercise. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 306555. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Tenderers should detail and demonstrate their organisations' commitment to providing Community Benefits within specific reference to this contract. Community Benefits can be offered to any geographical area of Scotland. Tenderers should consider the following Community Benefit areas and where possible allocate the benefit intended to be offered against these areas; - Improving education and skills - apprenticeships - Improving local employability - new jobs - Work experience placements/programmes - Delivering training and development - Enhancing & Improving local community projects - Other; Sponsor Charity work, etc. Returns should focus on what your organisation can deliver over the duration of this contract period and will be evaluated accordingly. Community Benefits delivered on previous projects cannot be evaluated as part of this submission, and as such returns which focus on historic Community Benefits will receive a 0. If further information is required, please ask through the PCS-T portal. (SC Ref:816650)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000816650"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}