Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Sam Flood
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PKC13427 Ticket Issuing Machines
Reference number
PKC13427
two.1.2) Main CPV code
- 38730000 - Parking meters
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of this contract is to replace Perth & Kinross Council’s entire ticket issuing machine network with a modern, accessible, reliable, secure and sustainable parking management solution.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38730000 - Parking meters
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
two.2.4) Description of the procurement
The purpose of this contract is to replace Perth & Kinross Council’s entire ticket issuing machine network with a modern, accessible, reliable, secure and sustainable parking management solution.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
There is will be the option to extend the contract for 2 x 12 month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Contractors should be “NICEIC”, “Select” or equivalent approved electricians.
For waste disposal the contractor must hold a “Waste Carriers License”.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance
The Supplier must hold or commit to obtain the following minimum Insurance requirements -
Employer’s Liability 10Million GBP
Public Liability 5Million GBP
Financial Capacity
Bidders will be required to state the value(s) for the following financial ratio(s) for each of the last 2 years:
Current Ratio (Current Assets/Current Liabilities)
Net Assets (net worth)
Minimum level(s) of standards possibly required
The acceptable range for each financial ratio is:
Current Ratio - it is expected that the ratio for each of the two years is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. 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.
Net Assets (Net Worth) - it is expected that the Net Worth for each of the two years will be positive, i.e. a Net Assets position. 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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Suppliers must provide evidence to show suitable previous experience.
Minimum level(s) of standards possibly required
Technical and professional ability
The successful supplier should be able to show previous experience with the installation of ticket machines in Multi-Storey Car Parks, roadside locations and in open air car parks. They should have experience in arranging the necessary permits and traffic management to install the machines safely and legally. Please provide 2 examples of this within the last 2 years.
The successful supplier should also have evidence of delivery of a contract of similar size in terms of quantities of ticket issuing machines. Please provide 2 examples of this within the last 2 years.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-016314
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 July 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
7 July 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 59276. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Suppliers will be required to provide information on the Community Benefits they will delivery if successful.
(SC Ref:800432)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
PH2 8NL
Country
United Kingdom