{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04b509-2025-04-29T11:56:33+01:00",
    "date": "2025-04-29T11:56:33+01:00",
    "ocid": "ocds-h6vhtk-04b509",
    "description": "The total value of contract over the contract period up to and including extensions is estimated to be GBP 6million with an annual contract spend of GBP1,2m. Contract period for 24 months with a possible extension period of 3 x 12 months. (SC Ref:797368)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC12862",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PKC12862 - Refurbishment Works for Enhanced Voids and Buy-Backs",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45453100",
            "description": "Refurbishment work"
        },
        "mainProcurementCategory": "works",
        "description": "Perth & Kinross Council was 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.",
        "value": {
            "amount": 6000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Perth & Kinross Council was 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. Additional information: Estimated contract value includes extension options.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will endure for a period of 2 years with optional 12-month + 12-month + 12-month extensions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45440000",
                        "description": "Painting and glazing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442100",
                        "description": "Painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45441000",
                        "description": "Glazing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261410",
                        "description": "Roof insulation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45320000",
                        "description": "Insulation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09331000",
                        "description": "Solar panels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09332000",
                        "description": "Solar installation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311100",
                        "description": "Electrical wiring work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311200",
                        "description": "Electrical fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "03419000",
                        "description": "Timber"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112400",
                        "description": "Roof"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45421151",
                        "description": "Installation of fitted kitchens"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211310",
                        "description": "Bathrooms construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928200",
                        "description": "Fences"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council Area"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-12-16T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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",
                    "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 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 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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2025-02-07T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2025-02-07T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-02-07T12:00:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "New procurement exercise will be published prior to the end date of this contract."
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-02-07T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-14T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-02-07T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-14T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "A one-week extension period has been granted, the new deadline date is 14 February 2025 at 12:00."
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-02-14T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ],
                "description": "The closing date has been amended as per messages issued on PCS-t regarding the document upload of 'equipment schedule'."
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-02-14T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "The closing date has been amended as per messages issued on PCS-t regarding the document upload of 'equipment schedule'."
            }
        ]
    },
    "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": {
                "telephone": "+44 1738475000",
                "email": "fdavidson@pkc.gov.uk",
                "name": "Fraser Davidson",
                "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-145503",
            "name": "QTS Contracts north Ltd",
            "identifier": {
                "legalName": "QTS Contracts north Ltd"
            },
            "address": {
                "streetAddress": "Qts office, Unit 27 Friarton rd Riverview business Centre",
                "locality": "Perth",
                "region": "UKM",
                "postalCode": "Ph2 8df",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7505909781"
            },
            "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-r6ebe6-0000785611"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "017568-2025-PKC12862-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-145503",
                    "name": "QTS Contracts north Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "017568-2025-PKC12862-1",
            "awardID": "017568-2025-PKC12862-1",
            "status": "active",
            "value": {
                "amount": 6000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-29T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 12
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 12
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 12
            }
        ]
    }
}