Buyer Name: Scottish Police Authority
Buyer Address: 2 French Street, Dalmarnock, Glasgow, UKM, G40 4EH, United Kingdom
Contact Name: Craig Richardson
Contact Email: craig.richardson@scotland.police.uk
Contact Telephone: +44 1786895668
Buyer Name: Scottish Police Authority
Buyer Address: 2 French Street, Dalmarnock, Glasgow, UKM, G40 4EH, United Kingdom
Contact Name: Craig Richardson
Contact Email: craig.richardson@scotland.police.uk
Contact Telephone: +44 1786895668
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.
No linked documents found for this notice.
Lot 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. Additional information: 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.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 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
Lot 1 Award Criterion (quality): Qulaity
{
"buyer": {
"id": "GB-FTS-163120",
"name": "Scottish Police Authority"
},
"date": "2026-03-09T15:13:59Z",
"description": "Real Living Wage\nTenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage\nFoundation for statistical information gathering purposes only.\nEquality and Diversity\nTenderers will be required to comply with the statutory obligations under the Equality Act 2010.\nDeclaration of Non-Involvement in Serious Organised Crime\nTenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime for The buyer is using PCS-Tender to\nconduct this ITT exercise.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31364. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nTenderers should detail and demonstrate their organisations\u2019 commitment to providing Community Benefits within specific reference to\nthis contract.\nCommunity Benefits can be offered to any geographical area of Scotland.\nTenderers should consider the following Community Benefit areas and where possible allocate the benefit intended to be offered against\nthese areas;\n- Improving education and skills \u2013 apprenticeships\n- Improving local employability \u2013 new jobs\n- Work experience placements/programmes\n- Delivering training and development\n- Enhancing \u0026 Improving local community projects\n- Other; Sponsor Charity work, etc.\nReturns should focus on what your organisation can deliver over the duration of this contract period and will be evaluated accordingly.\nCommunity Benefits delivered on previous projects cannot be evaluated as part of this submission, and as such returns which focus on\nhistoric Community Benefits will receive a 0. If further information is required, please ask through the PCS-T portal.\n(SC Ref:825990)",
"id": "020985-2026",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000825990",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-06658b",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G40 4EH",
"region": "UKM",
"streetAddress": "2 French Street, Dalmarnock"
},
"contactPoint": {
"email": "craig.richardson@scotland.police.uk",
"name": "Craig Richardson",
"telephone": "+44 1786895668",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
},
"id": "GB-FTS-163120",
"identifier": {
"legalName": "Scottish Police Authority"
},
"name": "Scottish Police Authority",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "1 Carlton Place"
},
"id": "GB-FTS-3525",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2026-04-08T12:00:00+01:00"
},
"bidOpening": {
"date": "2026-04-08T12:00:00+01:00"
},
"classification": {
"description": "Building services",
"id": "71315000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"description": "The Scottish Police Authority (known as the \u201cthe Authority\u201d) is seeking to procure professional surveying services to undertake a\nprogramme of 3D estates surveys across it\u2019s property portfolio on an ad-hoc basis over the next 5 years.\nThe awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform.\nAll information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share,\nannotate and use \u2018as-built\u2019 visual records including photo, UAV/drone and 3D walkthroughs.",
"hasRecurrence": false,
"id": "PROC-26-3369",
"items": [
{
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "60",
"name": "Qulaity",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"description": "The Scottish Police Authority (known as the \u201cthe Authority\u201d) is seeking to procure professional surveying services to undertake a\nprogramme of 3D estates surveys across it\u2019s property portfolio on an ad-hoc basis over the next 5 years.\nThe awarded Supplier must provide comprehensive documentation services through a visual, laser scanning platform.\nAll information created via surveys to be hosted on an integrated secure cloud based visual platform enabling users to capture, store, share,\nannotate and use \u2018as-built\u2019 visual records including photo, UAV/drone and 3D walkthroughs.\nFurther information is provided within the ITT document, available on PCS-T. Additional information: Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the\nclosing time to avoid any last minute problems.\nFull information on this is provided within the Tender Documents.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"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\nquantities referred to, accept or pay for any items other than those actually ordered. This will be confirmed with the Contractor at the point\nof Contract. Furthermore, the Authority may place subsequent orders over the duration of the Contract, these will be subject to budget\navailability and operational requirements"
},
"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."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover\nindicated below:\nEmployers (Compulsory) Liability Insurance = FIVE MILLION POUNDS STERLING ) in respect of each claim, without limit to the\nnumber of claims.\nPublic Liability Insurance = TEN MILLION POUNDS STERLING in respect of each claim, without limit to the number of claims.\nProfessional Indemnity Insurance = FIVE MILLION POUNDS STERLING in respect of each occurrence and in the annual aggregate, with\na minimum of 2 automatic reinstatements of the full annual limit of Five Million Pounds Sterling.\nMotor Vehicle Insurance = The amount required by the law of the contract.\nDocumentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one\nincident and annual aggregate caps and the excesses under the policies.",
"minimum": "SPD Question 4B6 Financial Standing:\nThe Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the\nassessment of the Tenderer\u2019s economic and financial standing. Tenders are asked to provide their company\nnumber within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed\nas 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\nbelow 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\nsuccessful in the award of this contract and your risk failure rating falls below 30then the SPA reserve the right to remove you from this\ncontract. It is the Contractor\u2019s responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance\nof 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\nto date information is used. Where you are not registered on Credit Safe e.g. charitable organisations or new start companies/ Sole Traders\nwith less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along\nwith bankers references etc.\nTenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe\nand 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\nrejection of your submission.\nIMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a\nbankers reference if successful.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "Part 4C: Quality Control\nTenderers will be required to provide the following for Quality Control requirements:\nEITHER:\nOption A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in\naccordance with\nBS EN ISO 9001 (or equivalent) a copy of the certificate may be requested.\nOR\nOption B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested.\nGuidance\nThe policy should set out your organisation\u0027s responsibilities for quality management. Demonstrating that your organisation has and\ncontinues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at\na senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities\nfor quality management throughout the organisation.\nPart 4D: Quality Assurance Schemes\nTenderers will be required to provide the following for Quality Assurance/Health and Safety Requirements:\nEITHER:\nOption A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in\naccordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last twelve months, successfully met the\nassessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum,\nthen a copy of the certificate may be requested.\nOR,\nOption B) If a Tenderers organisation has a policy for health and safety (H\u0026S) management, then a copy of the policy may be requested.\nGuidance\nOrganisations with less than five employees are not required by law to have a documented policy statement. The need to reduce\ndocumentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy\nshould provide evidence that your organisation has a H\u0026S policy that is endorsed by the chief executive officer and that it is regularly\nreviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H\u0026S management at all levels\nwithin your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company\u0027s\nresponsibilities of health and safety management and compliance with legislation.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-08T12:00:00+01:00"
},
"title": "Estates Specialist Building Surveys"
}
}