Award

PKC13259 Domestic Smoke Alarm Replacement

PERTH & KINROSS COUNCIL

This public procurement record has 3 releases in its history.

Award

30 Sep 2025 at 15:11

Tender

01 May 2025 at 12:28

Planning

13 Feb 2025 at 11:32

Summary of the contracting process

Perth & Kinross Council has completed the procurement process for a Domestic Smoke Alarm Replacement project, contracted under the title PKC13259. This procurement falls under the "works" category, specifically focusing on fire-prevention installation works, classified under CPV code 45343000. The procurement took place through a restricted procedure, which is a selective procurement method. The contract, valued at £2,114,873.33, was awarded to Valley Group Limited on 25th September 2025. It involves replacing smoke alarms in approximately 2,300 properties across the Perth & Kinross area, with work expected to cover around 1,150 properties annually over 24 months, with an optional 12-month extension. This contract is aimed at upgrading smoke alarms to meet Grade D/FD1 LD2 standards.

This tender offers substantial opportunities for businesses specialising in fire-prevention installation works, providing a platform for growth through a significant public sector project. Businesses with experience in fire-detection and alarm system installations, especially those familiar with Aico smoke detectors and holding requisite technical certifications, would be well-suited to compete in such tenders. The procurement process has already attracted interest from SMEs, reflecting competitive opportunities for small to medium-sized enterprises to establish or reinforce relationships with local authorities like Perth & Kinross Council. Such projects not only provide financial growth potential but also allow businesses to demonstrate compliance with high-quality and safety standards, potentially leading to long-term collaboration opportunities with public sector entities.

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

PKC13259 Domestic Smoke Alarm Replacement

Notice Description

Perth and Kinross Council were seeking to appoint a 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.

Lot Information

Lot 1

Perth & Kinross Council was 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. Additional information: Estimated contract value includes extension options. The 2 year fixed price is GBP2,114,873.33 tender sum with an optional extension of up to GBP1.38m (as stated in the tender documents).

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04de8b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/061011-2025
Current Stage
Award
All Stages
Planning, Tender, Award

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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work

51 - Installation services (except software)


CPV Codes

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

45312100 - Fire-alarm system installation work

45343000 - Fire-prevention installation works

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
£4,140,000 £1M-£10M
Lots Value
£4,140,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,114,873 £1M-£10M

Notice Dates

Publication Date
30 Sep 20254 months ago
Submission Deadline
3 Jun 2025Expired
Future Notice Date
30 Mar 2025Expired
Award Date
24 Sep 20255 months ago
Contract Period
Not specified - Not specified
Recurrence
36 months

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

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

Supplier Information

Number of Suppliers
1
Supplier Name

VALLEY GROUP

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-04de8b-2025-09-30T16:11:27+01:00",
    "date": "2025-09-30T16:11:27+01:00",
    "ocid": "ocds-h6vhtk-04de8b",
    "description": "The first stage of the restricted process was published on 01 May 2025 with a deadline of 03 June 2025 and 25 responses were received. (SC Ref:811343)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC13259",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PKC13259 Domestic Smoke Alarm Replacement",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45343000",
            "description": "Fire-prevention installation works"
        },
        "mainProcurementCategory": "works",
        "description": "Perth and Kinross Council were seeking to appoint a 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.",
        "value": {
            "amount": 4140000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Perth & Kinross Council was 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. Additional information: Estimated contract value includes extension options. The 2 year fixed price is GBP2,114,873.33 tender sum with an optional extension of up to GBP1.38m (as stated in the tender documents).",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 4140000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "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",
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-03-31T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "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 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2025-06-03T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2025-07-28T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "36 months"
        }
    },
    "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": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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-61243",
            "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"
            ]
        },
        {
            "id": "GB-FTS-61605",
            "name": "Valley Group Limited",
            "identifier": {
                "legalName": "Valley Group Limited"
            },
            "address": {
                "streetAddress": "Block 14, Unit B8, 125 Summerlee Street, Queenslie Industrial Estate",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G33 4DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414040244"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000797714"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "061011-2025-PKC13259-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-61605",
                    "name": "Valley Group Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "061011-2025-PKC13259-1",
            "awardID": "061011-2025-PKC13259-1",
            "status": "active",
            "value": {
                "amount": 2114873.33,
                "currency": "GBP"
            },
            "dateSigned": "2025-09-25T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}