Construction Contract Leads
Scotland
Category Works
Type Tender
No. of Lots 1
Status Active
Published 20th Mar 2026
| Reference | ocds-h6vhtk-06707e |
| Common Procurement Vocabulary | Construction work |
| Procurement Method | Open procedure |
| Value | £850,000 |
Scotland
Category Works
Type Tender
No. of Lots 1
Status Active
Published 20th Mar 2026
| Reference | ocds-h6vhtk-06707e |
| Common Procurement Vocabulary | Construction work |
| Procurement Method | Open procedure |
| Value | £850,000 |
Section I: Contracting authority
I.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Paul Foote
pfoote [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
PKC13611 Modernisation of Passenger Lifts at Various Sites within Perth & Kinross
Reference number
PKC13611
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
Perth and Kinross Council is seeking to appoint a contractor to modernise existing lift installations across multiple multi-storey buildings and sheltered housing units.
II.1.5) Estimated total value
Value excluding VAT: 拢850,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
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 and Kinross Council is seeking to appoint a contractor to modernise existing lift installations across multiple multi-storey buildings and sheltered housing units.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢850,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2026
End date
22 September 2027
This contract is subject to renewal
No
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
64 Weeks of works + 12 months defect period per site
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 Risk Indemnity
Employer鈥檚 (compulsory) Liability Insurance
Limitation of Contractor鈥檚 Liability
Third Party Liability
Hot Works 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 Risk Indemnity in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.
Employer鈥檚 (Compulsory) Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.
Limitation of Contractor鈥檚 Liability in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.
Third Party Liability in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.
Hot Works Insurance in the sum of GBP10,000,000 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 Suppliers will be required to provide two examples of similar sized contracts where passenger lifts in Sheltered Housing units have been modernised within the last five years.
4C.6 Suppliers will be required to provide details of LEIA membership
4C.10 Bidders will be required to confirm what proportion of the contract they intend to subcontract.
4D.1 Quality Management Procedures
4D.1 HEALTH AND SAFETY PROCEDURES
4D.2 Environmental Management Standards
Minimum level(s) of standards possibly required
4C.1 examples as follows:
2 examples of similar sized contracts where passenger lifts in Sheltered Housing units have been modernised within the last five years.
4C.6 Suppliers will be required to provide details of LEIA membership.
4C.10 Bidders will be required to confirm what proportion of the contract they intend to subcontract.
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 evaluation guidance.
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 evaluation guidance.
4D.2 Environmental Management Standards
1 The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in evaluation guidance.
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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 May 2026
Local time
12:00pm
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)
IV.2.7) Conditions for opening of tenders
Date
1 May 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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 ITT exercise. The Project code is 31342. For more information see:
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 are included in this requirement, more information on community benefits can be found in the instructions for tenderers document.
(SC Ref:827131)
VI.4) Procedures for review
VI.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
Country
United Kingdom
