Back to contracts list

Specialist Building Surveys

Scottish Police Authority

Contract Information

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.

Value
null No value provided
Deadline
09/01/2026 (in a month)
Selection Criteria
  • Economic
    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.
  • Technical
    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.
Documents attached
  • Specialist Building Surveys (contractNotice)text/html

Buyer Information

The primary buyer of this contract is Scottish Police Authority. There are 2 parties involved in this contract.

Buyer name
Scottish Police Authority
Party #1
Party #2
  • ID:
    org-4
  • Name:
    Glasgow Sheriff Court and Justice of the Peace Court (Glasgow Sheriff Court and Justice of the Peace Court)
  • Role:
    reviewBody
  • Address:
    1 Carlton Place Glasgow, G5 9TW
  • Contact point:
    Unknown contact name
    Email: Unknown email
    Phone: Unknown phone
    Website: http://www.craigdaleha.co.uk/

Metadata

Contract ID
rls-11-DEC545072
Open Contracting ID
ocds-r6ebe6-0000816650
Tender ID
PROC-25-3158
Buyer name
Scottish Police Authority
Parties involved
  • Scottish Police Authority
  • Glasgow Sheriff Court and Justice of the Peace Court
Value
null No value provided
Bid Opening Date
09/01/2026 (in a month)
Award start date
09/01/2026 (in a month)
Tender end date
09/01/2026 (in a month)
Procurement method
Open procedure
Procurement method details
Open procedure
Main procurement category
services
Submission method
electronicSubmission
Submission terms - language
en
Submission terms - bid validity period
08/07/2026 (in 7 months)
Techniques - Has framework agreement
No
Techniques - Framework agreement maximum participants
Unknown maximum participants
Number of lots
1
Lot details (Maximum lots bid per supplier)
Unknown maximum lots bid per supplier
Communication channel
Unknown communication channel
Covered By
GPA
Legal basis
32014L0024
Legal basis scheme
CELEX
Classification (Primary)
71315000: Building services (CPV)
Classification (Additional)
No additional classifications