Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Richard Welch
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
PKC12687 Domestic bathroom replacements
Reference number
PKC12687
two.1.2) Main CPV code
- 45211310 - Bathrooms construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Domestic bathroom replacements
two.1.5) Estimated total value
Value excluding VAT: £5,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross Council area
two.2.4) Description of the procurement
Perth & Kinross Council is seeking to appoint a suitably qualified and experienced contractor for the supply and installation of replacement bathrooms in 568 domestic properties over a 2 year period across the Perth & Kinross Council area.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £5,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
A 12 month extension option is available
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
The estimated value includes the initial contract period and optional extension.
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
Bidders must be qualified in the 18th Edition Wiring Regulations (BS7671) and members of NICEIC or Select. SNIPEF members for plumbing works. Bidders must upload certificates as evidence of their membership.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Current Ratio (Current Assets divided by Current Liabilities
Net Assets (Net Worth) (value per the Balance Sheet)
Professional Indemnity Insurance - GBP 2,000,000
Employer’s Liability Insurance - GBP 10,000,000
Public Liability Insurance - GBP 5,000,000
Minimum level(s) of standards possibly required
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.5.1a The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Professional Indemnity Insurance in the sum of GBP 2,000,000 for any one occurrence or series of occurrences arising out of one event.
4B.5.1b The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Employer’s Liability Insurance in the sum of GBP 10,000,000 for any one occurrence or series of occurrences arising out of one event.
4B.5.2 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract Public Liability Insurance in the sum of GBP 5,000,000 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
Previous Experience
Quality Assurance Schemes and Environmental Standards
Minimum level(s) of standards possibly required
4C.1 Works
Please provide details of two similar size contracts, where they have installed at least 5 -10 bathroom replacements in domestic properties per week. The response should include the duration and cost of the works. If the bathroom replacements formed part of a larger refurbishment contract, please identify the number and cost of bathroom works only. 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.
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.
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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 2025/S 000-004890
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 January 2026
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 February 2026
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6735. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
During the term of the contract, the Council will request Management Information to support the delivery of Community Benefits. This will be monitored and reported during the lifetime of the contract.
Please refer to Instructions to Tenderers information on the Council’s approach to Community Benefits and access to our Wish List.
Describe how you will actively deliver Community Benefits as part of this contract. Your response should detail what Community Benefits you will commit to deliver via this contract and how you will deliver these to their full potential. Please include within your answer details of your ability to report regularly on all progress made and the contact details of the individual responsible for delivering Community Benefits.
(SC Ref:816426)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
County Bldg, Tay St
Perth
PH2 8NL
Country
United Kingdom