Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Fraser Davidson
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PKC12862 - Refurbishment Works for Enhanced Voids and Buy-Backs
Reference number
PKC12862
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
Perth & Kinross Council is seeking to appoint suitably qualified and experienced contractor to carry out refurbishment works on our Enhanced Void properties and properties which are bought back from the open market. Occasionally the buy-back properties require works to be brought up to standard to meet the Scottish Housing Quality Standards (SHQS).
The works required to meet the SHQS and the Net Zero targets can consist of new kitchens, bathrooms, heating, insulation measures, electrical works, solar PV and other renewable technologies. This list is not exhaustive. The full scope of works will be detailed in the Employers Requirements of the tender documents.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45440000 - Painting and glazing work
- 45442100 - Painting work
- 45453100 - Refurbishment work
- 45441000 - Glazing work
- 45261410 - Roof insulation work
- 45320000 - Insulation work
- 09331000 - Solar panels
- 09332000 - Solar installation
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45311000 - Electrical wiring and fitting work
- 03419000 - Timber
- 44112400 - Roof
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 34928200 - Fences
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
two.2.4) Description of the procurement
Perth & Kinross Council is seeking to appoint suitably qualified and experienced contractor to carry out refurbishment works on our Enhanced Void properties and properties which are bought back from the open market. Occasionally the buy-back properties require works to be brought up to standard to meet the Scottish Housing Quality Standards (SHQS).
The works required to meet the SHQS and the Net Zero targets can consist of new kitchens, bathrooms, heating, insulation measures, electrical works, solar PV and other renewable technologies. This list is not exhaustive. The full scope of works will be detailed in the Employers Requirements of the tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract will endure for a period of 2 years with optional 12-month + 12-month + 12-month extensions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Estimated contract value includes extension options.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
4A.1 Bidders will be required to confirm that they are enrolled in the relevant Professional or Trade Registers:
NICEIC/SELECT
SNIPEF
BM Trada
GAS Safe
Joint Industry Board
MCS
HWSS
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4 The Bidder will be required to state the values for the following for the last two financial years:
1. Current Ratio (Current Assets divided by Current Liabilities)
2. Net Assets (Net Worth) (value per the Balance Sheet)
4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract:
Professional Indemnity Insurance
Employer’s Liability Insurance
Public Liability Insurance
Minimum level(s) of standards possibly required
4B.4 Financial Ratios
The acceptable range is:
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.
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.
4B.5 Level of Insurance
Professional Indemnity Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event.
Employer’s Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.
Public Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Bidders will be required to provide three examples of how they have delivered a similar service within the last five years .
4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications
4C.6.1 Bidders will be required to confirm that the following education and professional qualification is held by its managerial staff:
4C.8.1 Bidders will be required to confirm the average annual manpower for the last three years.
4C.10 Bidders will be required to confirm the proportion/percentage of the contract that will be sub-contracted.
4D.1 D. Quality Assurance Schemes and Environmental Standards
4D.1 Health & Safety Procedures
Minimum level(s) of standards possibly required
4C.1 Suppliers are asked to provide three examples of working on affordable and social housing. Experience of managing all trades for domestic refurbishments.
4C.6
Site Supervisor Safety Training Scheme
Construction Skills Certification Scheme
4C.6.1
HNC Construction Management (or equivalent)
4C.8.1 Bidders will be required to confirm the average annual manpower for the last three years.
4C.10 Bidders will be required to confirm the proportion/percentage of the contract that will be sub-contracted.
4D.1 Quality Management Procedures
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),
OR
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
4D.1 HEALTH AND SAFETY PROCEDURES
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.
OR,
2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-036238
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 February 2025
Local time
12:00pm
Changed to:
Date
21 February 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: New procurement exercise will be published prior to the end date of this contract.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 57359. 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:
Community benefits are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.
(SC Ref:785611)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
County Building, Tay Street
Perth
PH2 8NL
Country
United Kingdom