ɫèֱ²¥ Contract Leads
No location provided
Category Works
Type
No. of Lots 12
Status Active
Published 23rd Jan 2026
| Reference | ocds-h6vhtk-05d387 |
| Common Procurement Vocabulary | ɫèֱ²¥ work for houses |
| Procurement Method | Open procedure |
| Value | £8,138,000 |
No location provided
Category Works
Type
No. of Lots 12
Status Active
Published 23rd Jan 2026
| Reference | ocds-h6vhtk-05d387 |
| Common Procurement Vocabulary | ɫèֱ²¥ work for houses |
| Procurement Method | Open procedure |
| Value | £8,138,000 |
Section I: Contracting authority
I.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Louise Robinson
LARobinson [at] pkc.gov.uk
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main 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
PKC13680 Housing Repairs - Term Maintenance Contract
Reference number
PKC13680
II.1.2) Main CPV code
- 45211100 - ɫèֱ²¥ work for houses
II.1.3) Type of contract
Works
II.1.4) Short description
Perth and Kinross Council is inviting qualified contractors to join a new Framework Agreement designed to support our in-house team. This opportunity involves delivering responsive, ad-hoc repair and maintenance services, including emergency call-outs, to both our tenanted and void properties across our domestic housing stock. We welcome interest from small and medium-sized enterprises (SMEs) and contractors who may not have worked with us before.
II.1.5) Estimated total value
Value excluding VAT: £8,138,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
12
II.2) Description
II.2.1) Title
Plumbing
Lot No
1
II.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General plumber works to water services and waste piping, sanitary ware and fittings etc., storage tanks, below ground drainage work, including jetting and hand rodding, drain lining etc.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework may be extended for a maximum of 12 months
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
Estimated annual value is 150,000GBP
II.2) Description
II.2.1) Title
Electrical Work
Lot No
2
II.2.2) Additional CPV code(s)
- 50711000 - Repair and maintenance services of electrical building installations
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General electrical works to wiring and electrical installations, including door entry, AICO smoke detection systems where applicable
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework may be extended for a maximum of 12 months.
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
The estimated annual value is 350,000 GBP
II.2) Description
II.2.1) Title
Joinery
Lot No
3
II.2.2) Additional CPV code(s)
- 45421000 - Joinery work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
Minor repairs to internal doors, kitchen units, skirtings boards and flooring
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework may be extended for a maximum of 12 months.
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
The estimated annual value is 150,000GBP
II.2) Description
II.2.1) Title
Painting and Decorating
Lot No
4
II.2.2) Additional CPV code(s)
- 45442100 - Painting work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General painter works, internal and external, decorating single room to full properties, working at height etc
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 250,000GBP
II.2) Description
II.2.1) Title
Builder
Lot No
5
II.2.2) Additional CPV code(s)
- 45300000 - Building installation work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General builder works, repairing or renewing path and steps, harling and render repairs to external fabric of building
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 50,000GBP
II.2) Description
II.2.1) Title
Plasterer
Lot No
6
II.2.2) Additional CPV code(s)
- 45410000 - Plastering work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General plaster repairs from small patch size to full room
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 50,000 GBP
II.2) Description
II.2.1) Title
Roofer
Lot No
7
II.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General roof repairs, finding and repairing leaks, replacing individual slates, repairs to chimneys/removals, full roof replacement
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 100,000GBP
II.2) Description
II.2.1) Title
Glazing
Lot No
8
II.2.2) Additional CPV code(s)
- 45441000 - Glazing work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General glazing works to windows and doors
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 300,000GBP
II.2) Description
II.2.1) Title
Drainage
Lot No
9
II.2.2) Additional CPV code(s)
- 45232452 - Drainage works
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
External drainage works including below ground drainage work, jetting and hand rodding, drain lining etc
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 250,000GBP
II.2) Description
II.2.1) Title
Blacksmith
Lot No
10
II.2.2) Additional CPV code(s)
- 71550000 - Blacksmith services
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General blacksmith work including handrails, fencing, gates, components etc
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 30,000GBP
II.2) Description
II.2.1) Title
Fencing
Lot No
11
II.2.2) Additional CPV code(s)
- 45340000 - Fencing, railing and safety equipment installation work
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
General fencing, renewal and repairs to timber fencing
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
Th estimated annual value is 40,000GBP
II.2) Description
II.2.1) Title
Solid Fuel Systems
Lot No
12
II.2.2) Additional CPV code(s)
- 09110000 - Solid fuels
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
II.2.4) Description of the procurement
Annual servicing to all solid fuel systems and general ad-hoc maintenance and repairs
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework can be extended for a maximum of 12 months
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
The estimated annual value is 20,000GBP
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
4A.1 If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders that are applying for the following Lots must confirm that they are registered members of the following organisations: -
Lot 1 – Plumbing
Registered members of the Scotland and Northern Ireland Plumbing Employers’ Federation (SNIPEF) or equivalent such as (Chartered Institute of Plumbing and Heating Engineering) or evidence of plumber qualifications / trade cards for plumbing works.
Types of Certification Cards (UK)
Red Card (Apprentice/Trainee): For those without formal plumbing qualifications, often for apprentices.
Blue Card (Skilled Worker): For plumbers with a Level 2 NVQ/SVQ qualification.
Gold Card (Advanced/Competent): For those with Level 3 qualifications (NVQ Diploma, Advanced Craft Certificate) or completing apprenticeships, proving advanced skill.
Green Card (Labourer/Mate): For general site work, often labelled 'Plumber's Mate' for those assisting plumbers.
This must be maintained for the duration of the contract.
Lot 2 – Electrical
All electrical contractors and sub-contractors must be qualified in the 18th Edition Wiring Regulations (BS7671) and must be registered members of the National Inspection Council for Electrical Installation Contracting (NICEIC) or SELECT or Electrical Contractors Association of Scotland (ECA). This must be maintained for the duration of the contract.
In the event of the sub-contractor losing registration then the Contractor will be responsible for replacing the sub-contractor with another sub contractor who is registered.
Lot 12 – Solid Fuel Servicing and Maintenance
Heating & Ventilation Contractors Association (HVCA or Building and Engineering Services Association – B&ES), or equivalent, and this must be maintained for the duration of the contract.
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:
Employer’s Liability Insurance
Public Liability 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
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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in the contract notice on PCS and the relevant section of the Preliminaries incl Cond of Contract document in the attachment area.
4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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.
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 Environmental Management Standards as detailed in section 10 of the Instructions for Tenderers document.
Minimum level(s) of standards possibly required
4C.1 Bidders are required to detail 2 examples of similar works and these examples should be relevant to each of the trade(s) or lot(s) that the bidder is tendering for.
For example, if you are bidding for Lots 1, 4 & 9 you must submit 2 examples of similar works for Lots 1, 4 & 9, therefore submitting 6 separate examples of work in total.
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.
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 Environmental Management Standards as detailed in section 10 of the Instructions for Tenderers document.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 60
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-068261
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
27 February 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
27 February 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2030
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30987. For more information see:
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:
A summary of the expected community benefits has been provided as follows:
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:821332)
VI.4) Procedures for review
VI.4.1) Review body
Perth Sheriff Court
County Bldg, Tay St
Perth
PH2 8NL
Country
United Kingdom
