← Back to opportunities

PKC12686 Domestic kitchen replacements

Perth & Kinross Council

Buyer Contact Info

Buyer Name: Perth & Kinross Council

Buyer Address: 2 High Street, Perth, UKM77, PH1 5PH

Contact Name: Richard Welch

Contact Email: RWelch@pkc.gov.uk

Contact Telephone: +44 1738475000

Status
active
Procedure
selective
Value
10860000.0 GBP
Published
14 Aug 2025, 00:00
Deadline
19 Sep 2025, 12:00
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45421151
Region
n/a
Awarded To
n/a
Official Source
Open Public Contracts Scotland

Description

Domestic kitchen replacements

Linked Documents

Some PCS documents require login and recording interest on the source portal before download links are available.

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG537057

Link Title: PKC12686 Domestic kitchen replacements

Link Description: Domestic kitchen replacements

Lots

Lot Description: Perth & Kinross Council is seeking to appoint a suitably qualified and experienced contractor to supply and install replacement kitchens in 1130 domestic properties over a 2 year period in the Perth & Kinross Council area.. Estimated contract value includes extension period.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Value: GBP 10,860,000.00

Lot 1 Award Criterion (quality): Quality

Documents

Document Title: PKC12686 Domestic kitchen replacements

Document Description: Domestic kitchen replacements

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "org-52",
    "name": "Perth \u0026 Kinross Council"
  },
  "date": "2025-08-14T00:00:00Z",
  "description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29836. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:\r\n N/A\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n Community Benefits question will be asked in the ITT.\r\n (SC Ref:807357)",
  "id": "rls-35-AUG537057",
  "initiationType": "tender",
  "language": "EN",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000790573",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-r6ebe6-0000790573",
  "parties": [
    {
      "address": {
        "locality": "Perth",
        "postalCode": "PH1 5PH",
        "region": "UKM77",
        "streetAddress": "2 High Street"
      },
      "contactPoint": {
        "email": "RWelch@pkc.gov.uk",
        "name": "Richard Welch",
        "telephone": "+44 1738475000",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
      },
      "details": {
        "classifications": [
          {
            "id": "Regional or local authority",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.pkc.gov.uk"
      },
      "id": "org-52",
      "identifier": {
        "legalName": "Perth \u0026 Kinross Council"
      },
      "name": "Perth \u0026 Kinross Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "locality": "Perth",
        "postalCode": "PH2 8NL",
        "streetAddress": "County Building , Tay Street"
      },
      "contactPoint": {
        "url": "http://"
      },
      "id": "org-53",
      "identifier": {
        "legalName": "Perth Sheriff Court"
      },
      "name": "Perth Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "relatedProcesses": [
    {
      "id": "1",
      "identifier": "2025/S 000-004892",
      "relationship": [
        "planning"
      ],
      "scheme": "EU-OJ"
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "classification": {
      "id": "45421151",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Domestic kitchen replacements",
    "documents": [
      {
        "description": "Domestic kitchen replacements",
        "documentType": "contractNotice",
        "format": "text/html",
        "id": "AUG537057",
        "title": "PKC12686 Domestic kitchen replacements",
        "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG537057"
      }
    ],
    "hasRecurrence": false,
    "id": "PKC12686",
    "items": [
      {
        "additionalClassifications": [
          {
            "id": "45421151",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM77"
          }
        ],
        "deliveryLocation": {
          "description": "Perth \u0026 Kinross Council area"
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "60",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "40",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 720
        },
        "description": "Perth \u0026 Kinross Council is seeking to appoint a suitably qualified and experienced contractor to supply and install replacement kitchens in 1130 domestic properties over a 2 year period in the Perth \u0026 Kinross Council area.. Estimated contract value includes extension period.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "contract period of 24-months, with a possible 12-month extension period"
        },
        "secondStage": {
          "maximumCandidates": 8,
          "minimumCandidates": 6
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "value": {
          "amount": 10860000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Restricted procedure",
    "secondStage": {
      "invitationDate": "2025-10-17T00:00:00Z"
    },
    "selectionCriteria": {
      "criteria": [
        {
          "description": "4B.4 The Bidder will be required to state the values for the following for the last two financial years:\r\n 1. Current Ratio (Current Assets divided by Current Liabilities)\r\n 2. Net Assets (Net Worth) (value per the Balance Sheet)\r\n 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract:\r\n Professional Indemnity Insurance\r\n Employer\u00e2\u0080\u0099s Liability Insurance\r\n Public Liability Insurance\r\n Minimum level(s) of standards required:\r\n 4B.4 Financial Ratios\r\n The acceptable range is:\r\n 1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.\r\n 2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.\r\n 4B.5 Level of Insurance\r\n Professional Indemnity Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.\r\n Employer\u00e2\u0080\u0099s Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.\r\n Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.",
          "type": "suitability"
        },
        {
          "description": "4B.4 The Bidder will be required to state the values for the following for the last two financial years:\r\n 1. Current Ratio (Current Assets divided by Current Liabilities)\r\n 2. Net Assets (Net Worth) (value per the Balance Sheet)\r\n 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract:\r\n Professional Indemnity Insurance\r\n Employer\u00e2\u0080\u0099s Liability Insurance\r\n Public Liability Insurance",
          "minimum": "4B.4 Financial Ratios\r\n The acceptable range is:\r\n 1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.\r\n 2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.\r\n 4B.5 Level of Insurance\r\n Professional Indemnity Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.\r\n Employer\u00e2\u0080\u0099s Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.\r\n Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.",
          "type": "economic"
        },
        {
          "description": "List and brief description of selection criteria:\r\n 4C.1 Bidders will be required to provide 2 examples of how they have delivered a similar service within the last five years.\r\n 4C.2 Technicians and Technical Bodies\r\n 4C.6 Qualifications\r\n 4C.7 Environmental Management\r\n 4D.1 Quality Management Procedures\r\n 4D.1 Health and Safety Procedures",
          "minimum": "4C.1 Bidders should provide details of two similar size contracts, where they have installed at least 5-10 properties per week. The response should include the duration of the works. The bidder will score highly if they demonstrate carrying out installation works in properties that are occupied and for Local Authorities, Housing Associations and Registered Social Landlords\r\n 4C.2 Bidders should provide a detailed quality and customer satisfaction process from first contact with the tenant to final sign off. A good answer will include the person responsible for quality needs to be named. Carry out Tenant Satisfaction Surveys, snagging tracker, no more than 10-15 properties live at any one time. Process for dealing with tenant complaints. Toolbox talks.\r\n 4C.6 Bidders should qualified in the 18th Edition Wiring Regulations (BS7671) and members of GasSafe, NICEIC or Select. Bidders will require to upload certificates as evidence of their membership.\r\n 4C.7 Bidders to provide details of how you have dealt with disposing of redundant kitchen components and for recycling the packaging from the new kitchens on previous contracts.\r\n 4D.1 Quality Management Procedures\r\n 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),\r\n OR\r\n 2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in the Instructions for Tenderers document.\r\n 4D.1 HEALTH AND SAFETY PROCEDURES\r\n 1. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.\r\n OR,\r\n 2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in the Instructions for Tenderers document.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 90
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-09-19T12:00:00Z"
    },
    "title": "PKC12686 Domestic kitchen replacements",
    "value": {
      "amount": 10860000.0,
      "currency": "GBP"
    }
  }
}