Tender

PKC13427 Ticket Issuing Machines

  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2025/S 000-030173

Procurement identifier (OCID): ocds-h6vhtk-0505d3

Published 5 June 2025, 11:53am



Section one: Contracting authority

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Contact

Sam Flood

Email

SFlood@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

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