Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 15th Apr 2026
| Reference | ocds-h6vhtk-055905 |
| Common Procurement Vocabulary | Electrical services |
| Procurement Method | Open procedure |
| Value | £135,000,000 |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 15th Apr 2026
| Reference | ocds-h6vhtk-055905 |
| Common Procurement Vocabulary | Electrical services |
| Procurement Method | Open procedure |
| Value | £135,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Mike Lee
MLee [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.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
procurement [at] angus.gov.uk
Telephone
+44 3452777778
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
Angus Council
Perth & Kinross Council
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
PKC12940 Electric Vehicle Infrastructure
Reference number
PKC12940
II.1.2) Main CPV code
- 71314100 - Electrical services
II.1.3) Type of contract
Services
II.1.4) Short description
Perth & Kinross Council is seeking to appoint suitably qualified and experienced supplier to enter into a service contract to operate, maintain and deliver Electric Vehicle Charging Infrastructure through the Electric Vehicle Infrastructure Fund (EVIF).
This contract will be used by Angus Council and Perth & Kinross Council with Perth & Kinross Council acting as the Lead Authority.
II.1.5) Estimated total value
Value excluding VAT: 拢135,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71314100 - Electrical services
II.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Angus Council Area
Perth & Kinross Council Area
II.2.4) Description of the procurement
In 2022/23, Transport Scotland introduced the Electric Vehicle Infrastructure Fund (EVIF) with the objective of unlocking private sector investment to expand the current network, in particular to locations that may be less commercially viable.
Perth and Kinross Council and Angus Council are collaborating to deliver a fair, accessible and ambitious EV charging infrastructure (EVCI) network that meets the needs of residents, workers and visitors throughout the region.
Perth and Kinross Council, as the lead authority, will undertake a joint open procurement procedure to award a supplier with a concession contract to:
路 Migrate and upgrade the existing EVCI network of 135 units currently operated by ChargePlace Scotland (CPS) onto the new supplier's back office;
路 Design, install and commission a new network of 183 EVCI at proposed sites, funded by a combination of EVIF funding and private sector investment;
路 Operate and maintain the whole network of EVCI in alignment with Council defined Key Performance Indicators;
路 Deliver the strategic objectives set out in Transport Scotland鈥檚 Vision for EV Charging Infrastructure in Scotland;
路 Deliver a well-designed, comprehensive and people-focused public charge point network.
The approach to deploying a new EVCI network will ensure that residents without access to off-street parking in urban and rural locations will be able to charge their EV at a nearby charging hub, on-street solution, or public car park-based charger.
The Councils have received an EVIF grant of 1,987,678 GBP from Transport Scotland to support the delivery of the expanded EVCI network. In addition to the EVIF grant allocation, approximately 700,000 GBP of private sector capital investment will be required to support the delivery of the new network.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
240
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
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
Bidders 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)
Insurance
Professional Indemnity Insurance
Employer's Liability Insurance
Public Liability Insurance
Minimum level(s) of standards possibly required
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.
Insurance
Professional Indemnity Insurance 2 Million GBP
Employer's Liability Insurance 10 Million GBP
Public Liability Insurance 5 Million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
For public supply and public service contracts only, please provide two relevant examples of services related to (i) EVC Migration, and (ii) New EVCI Installation and Operations, carried out during the last three years as specified in the Contract Notice.
Quality Management and Health and Safety
Environmental Management
Minimum level(s) of standards possibly required
For public supply and public service contracts only, please provide two relevant examples of services related to (i) EVC Migration, and (ii) New EVCI Installation and Operations, carried out during the last three years as specified in the Contract Notice.
Quality Management and Health and Safety
The supplier must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or as set out in the Invitation to tender document.
Environmental Management
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 as set out in the Invitation to tender document.
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-037386
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
26 June 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
26 June 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30972. 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:
Suppliers will be required to identify Sub-contractors.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Bidders are required to set out their approach and methodology to delivering the minimum community benefit points on an annual basis. This should include:
A clear explanation of how these points will be achieved, including allocation across the key theme areas
The methodology for delivery, demonstrating how commitments will be planned, managed, monitored and evidenced
Ensuring community benefits improve the economic, social or environmental wellbeing of both local authority areas,
Any additional Community Benefits the Bidder proposes to deliver beyond the minimum points requirement.
Bidders should clearly set out how their proposed approach represents a robust, achievable and value-driven contribution to the local community.
(SC Ref:827996)
VI.4) Procedures for review
VI.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
PH2 8NL
Country
United Kingdom
