萝莉原创

萝莉原创 Tenders

05 May 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 15th Apr 2026

Tender Details
Referenceocds-h6vhtk-055905
Common Procurement VocabularyElectrical services
Procurement MethodOpen procedure
Value£135,000,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 15th Apr 2026

Tender Details
Referenceocds-h6vhtk-055905
Common Procurement VocabularyElectrical services
Procurement MethodOpen 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

Email

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

Email

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