Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 1st May 2025
Reference | ocds-h6vhtk-04de8b |
Common Procurement Vocabulary | Fire-prevention installation works |
Procurement Method | Restricted procedure |
Value | £4,140,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 1st May 2025
Reference | ocds-h6vhtk-04de8b |
Common Procurement Vocabulary | Fire-prevention installation works |
Procurement Method | Restricted procedure |
Value | £4,140,000 |
Section I: Contracting authority
I.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Richard Welch
RWelch [at] pkc.gov.uk
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PKC13259 Domestic Smoke Alarm Replacement
Reference number
PKC13259
II.1.2) Main CPV code
- 45343000 - Fire-prevention installation works
II.1.3) Type of contract
Works
II.1.4) Short description
Perth and Kinross Council are seeking to appoint suitably qualified and experienced contractors to carry out the smoke alarm replacements in approx. 2,300 properties. The proposed scope of works is to replace the smoke alarms installations in approximately 1,150 properties per year. The contract shall endure for 24 months with an optional extension of 12 months.
The works will involve fitting at least 1 mains voltage multi sensor per property using the existing Aico base plate. The remainder of the smoke/heat alarms can be Aico battery powered models as detailed in the tender document.
II.1.5) Estimated total value
Value excluding VAT: £4,140,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 45312100 - Fire-alarm system installation work
- 51700000 - Installation services of fire protection equipment
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth & Kinross Council area
II.2.4) Description of the procurement
Perth & Kinross Council is seeking to appoint a suitably qualified and experienced contractor to supply and install replacement smoke alarms in approx, 2300 domestic properties over a two year period in the Perth & Kinross council area. There is an optional 12-month extension option.
This contract is required to upgrade smoke alarms to Grade D/FD1 LD2 standard.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £4,140,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
contract period of 24-months, with a possible 12-month extension period
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Estimated contract value includes extension period.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Bidders will be required to provide 2 examples of how they have delivered a similar service within the last five years.
4C.2 Technicians and Technical Bodies
4C.6 Qualifications
4C.7 Environmental Management
4D.1 Quality Management Procedures
4D.1 Health and Safety Procedures
Minimum level(s) of standards possibly required
4C.1 Bidders should provide details of two similar size contracts, where they have installed smoke detectors in at least 25 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.
4C.2 Bidders should demonstrate that they are trained to install the Aico smoke detectors and attend regular CPD's with Aico to ensure they are up to date with the products and installation. Produce evidence of training. Bidders will score well if they can demonstrate they have received Aico installer training, as well as refresher courses and keep up to date with product and technology developments.
4C.6 Bidders should demonstrate that they are suitability qualified: 18th Edition Wiring Regulations. Members of NICEIC or Select.
4C.7 Bidders to provide details of how they have dealt with disposing of expired alarms and for recycling the packaging from the new alarms on previous contracts. The response should include all your measures for tackling climate change.
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 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 the Instructions for Tenderers document.
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-004893
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
3 June 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 July 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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 VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 months
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29137. For more information see:
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:
N/A
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community Benefits question will be asked in the ITT.
(SC Ref:797714)
VI.4) Procedures for review
VI.4.1) Review body
Perth Sheriff Court
County Building, Tay Street
Perth
PH2 8NL
Country
United Kingdom