Tender

PKC12686 Domestic kitchen replacements

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Tender

14 Aug 2025 at 15:20

Planning

13 Feb 2025 at 11:31

Summary of the contracting process

Perth & Kinross Council is currently at the tender stage for the project titled "PKC12686 Domestic kitchen replacements". This procurement process falls under the works category, specifically focusing on the installation of fitted kitchens. The council is seeking a qualified contractor to replace kitchens in 1,130 domestic properties over a two-year period within the Perth & Kinross area, identified under location code UKM77. The estimated contract value stands at £10,860,000, reflecting the full potential contract length inclusive of possible extension. The procurement is being conducted through a restricted procedure, which includes specific submission methods entailing electronic submissions until 19 September 2025. Key dates within this process include an initial invitation date of 17 October 2025 for the second stage, with a planned contract commencement around July 2025.

This tender offers a substantial opportunity for experienced contractors in the construction and property improvement sectors, particularly those specialising in large-scale kitchen installations. The emphasis on quality, with a 60% weight in the award criteria, coupled with the experience in dealing with similar projects for local authorities or housing associations, makes it attractive for businesses with robust quality management and customer satisfaction procedures. Additionally, possessing certain certifications like the 18th Edition Wiring Regulations and being a member of GasSafe, NICEIC or Select will be beneficial. This project not only provides significant business growth prospects but also opens avenues for engaging in sustainable procurement practices highlighted by community benefits requirements. Suitable businesses are those capable of scaling operations to manage up to 15 properties at any one time, ensuring timely completion and high-quality standards.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PKC12686 Domestic kitchen replacements

Notice Description

Domestic kitchen replacements

Lot Information

Lot 1

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. Additional information: Estimated contract value includes extension period.

Renewal: contract period of 24-months, with a possible 12-month extension period

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04de8a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/048889-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45421151 - Installation of fitted kitchens

Notice Value(s)

Tender Value
£10,860,000 £10M-£100M
Lots Value
£10,860,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Aug 20256 months ago
Submission Deadline
19 Sep 2025Expired
Future Notice Date
13 Apr 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Richard Welch
Contact Email
rwelch@pkc.gov.uk
Contact Phone
+44 1738475000

Buyer Location

Locality
PERTH
Postcode
PH1 5PH
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Perth and Kinross
Electoral Ward
Perth City Centre
Westminster Constituency
Perth and Kinross-shire

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04de8a-2025-08-14T16:20:40+01:00",
    "date": "2025-08-14T16:20:40+01:00",
    "ocid": "ocds-h6vhtk-04de8a",
    "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 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: 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 question will be asked in the ITT. (SC Ref:807357)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC12686",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PKC12686 Domestic kitchen replacements",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45421151",
            "description": "Installation of fitted kitchens"
        },
        "mainProcurementCategory": "works",
        "description": "Domestic kitchen replacements",
        "value": {
            "amount": 10860000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. Additional information: Estimated contract value includes extension period.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 10860000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "contract period of 24-months, with a possible 12-month extension period"
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45421151",
                        "description": "Installation of fitted kitchens"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-04-14T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 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 GBP5,000,000 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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": "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 GBP5,000,000 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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 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. 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. 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. 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2025-09-19T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2025-10-17T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1263",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Richard Welch",
                "telephone": "+44 1738475000",
                "email": "RWelch@pkc.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-158037",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "County Building , Tay Street",
                "locality": "Perth",
                "postalCode": "PH2 8NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000790573"
        }
    ],
    "language": "en"
}