黑料社

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Works

Type Tender

No. of Lots 1

Status Active

Published 20th Mar 2026

Tender Details
Referenceocds-h6vhtk-06707e
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£850,000
« Previous Page

Scotland

Category Works

Type Tender

No. of Lots 1

Status Active

Published 20th Mar 2026

Tender Details
Referenceocds-h6vhtk-06707e
Common Procurement VocabularyConstruction work
Procurement MethodOpen 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

Email

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