← Back to opportunities

All Ayrshire Traffic Signal Maintenance

East Ayrshire Council

Buyer Contact Info

Buyer Name: East Ayrshire Council

Buyer Address: Corporate Procurement Team, London Road HQ, Kilmarnock, UKM93, KA3 7BU, United Kingdom

Contact Email: lesley.robertson@east-ayrshire.gov.uk

Contact Telephone: +44 1563576000

Buyer Name: North Ayrshire Council

Buyer Address: Cunninghame House, Friars Croft, Irvine, UKM93, KA12 8EE, United Kingdom

Contact Email: procurement@North-Ayrshire.gov.uk

Contact Telephone: +44 1294310000

Status
active
Procedure
open
Value
n/a
Published
06 May 2025, 14:05
Deadline
09 May 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50232200 - Traffic-signal maintenance services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Traffic Signal Maintenance in East, South and North Ayrshire Council areas, on behalf of Ayrshire Roads Alliance and North Ayrshire Council.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: Maintenance of Traffic Signal Equipment throughout North Ayrshire, East Ayrshire and South Ayrshire.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Ability to Fulfil Service & Ongoing Contract Management

Lot 1 Award Criterion (quality): Fault Management System

Lot 1 Award Criterion (quality): Fair Work First

Lot 1 Award Criterion (quality): Community Benefits

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-2556",
    "name": "East Ayrshire Council"
  },
  "date": "2025-05-06T15:05:23+01:00",
  "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28294. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity Benefits are a minimum condition of this tender and will be included as scored criteria.\n(SC Ref:793107)",
  "id": "013602-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793107",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-04fe9f",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Kilmarnock",
        "postalCode": "KA3 7BU",
        "region": "UKM93",
        "streetAddress": "Corporate Procurement Team, London Road HQ"
      },
      "contactPoint": {
        "email": "lesley.robertson@east-ayrshire.gov.uk",
        "telephone": "+44 1563576000",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.east-ayrshire.gov.uk"
      },
      "id": "GB-FTS-2556",
      "identifier": {
        "legalName": "East Ayrshire Council"
      },
      "name": "East Ayrshire Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Irvine",
        "postalCode": "KA12 8EE",
        "region": "UKM93",
        "streetAddress": "Cunninghame House, Friars Croft"
      },
      "contactPoint": {
        "email": "procurement@North-Ayrshire.gov.uk",
        "telephone": "+44 1294310000"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337",
        "url": "http://www.north-ayrshire.gov.uk"
      },
      "id": "GB-FTS-1083",
      "identifier": {
        "legalName": "North Ayrshire Council"
      },
      "name": "North Ayrshire Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Kilmarnock",
        "postalCode": "KA1 1ED",
        "streetAddress": "Sheriff Court House, St Marnock Street"
      },
      "id": "GB-FTS-4006",
      "identifier": {
        "legalName": "Kilmarnock Sheriff Court"
      },
      "name": "Kilmarnock Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-05-09T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-05-09T12:00:00+01:00"
    },
    "classification": {
      "description": "Traffic-signal maintenance services",
      "id": "50232200",
      "scheme": "CPV"
    },
    "contractTerms": {
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Traffic Signal Maintenance in East, South and North Ayrshire Council areas, on behalf of Ayrshire Roads Alliance and North Ayrshire Council.",
    "hasRecurrence": true,
    "id": "PS/24/42",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UKM93"
          },
          {
            "region": "UKM94"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "10",
              "name": "Ability to Fulfil Service \u0026 Ongoing Contract Management",
              "type": "quality"
            },
            {
              "description": "10",
              "name": "Fault Management System",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Fair Work First",
              "type": "quality"
            },
            {
              "description": "5",
              "name": "Community Benefits",
              "type": "quality"
            },
            {
              "description": "70",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1080
        },
        "description": "Maintenance of Traffic Signal Equipment throughout North Ayrshire, East Ayrshire and South Ayrshire.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "Two one year extension options available at the sole discretion of the Council."
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "Around 6 months prior to contract end."
    },
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Bidders will be required to have a minimum \u0027general\u0027 yearly turnover of 220,000 GBP for the last 3 years.\nThe Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a \u201cFail\u201d and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.\nRisk or Credit reports from other agencies will not be considered.\nIt is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.",
          "minimum": "Bidders must confirm that they already have or can commit to obtaining, prior to the commencement of the contract, the levels of insurance cover indicated below:\nEmployers Liability Insurance: GBP 10 million (in respect of each claim, without limit to the number of claims)\nProfessional Indemnity Insurance: GBP 2 million (in respect of each and every claim without limit to the number of claims, for 6 years from the date of contract completion)\nPublic Liability Insurance: GBP 5 million (in respect of each claim, without limit to the number of claims)\nProducts Liability Insurance: GBP 5 million (in the aggregate)\nOther Insurance:\nContract Works Insurance (Loss or Damage to Works): Contract Value plus 50 percent\nMotor Vehicle Insurance (Amount to be determined by the Service Provider)\nGoods in Transit Insurance (Amount to be determined by the Service Provider)",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Tenderers are required to hold the mandatory Qualifications for the duration of the contract and any extensions thereof:\nNew Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications.\nWhile electrical works are being carried out on site, the Service Provider must ensure that all persons engaged in electrical work can demonstrate that they have the necessary competencies, skills, training and experience to carry out the works in a safe and efficient manner, holding an Electrotechnical Certification Scheme (ECS) Card recognised by either the Joint Industry Board (JIB) or Scottish Joint Industry Board (SJIB).\nThe Service Provider must ensure that all persons working in the vicinity of Distribution Network Operator (DNO) equipment hold certification in accordance with the G39 Model Code of Practice for Electrical Safety in the planning, installation, commissioning and maintenance of public lighting and other street furniture Issue 2 2013 published by the Energy Networks Association or any amendment thereto.\nThe Service Provider must ensure that any Operatives involved in operating Mobile Elevating Work Platforms (MEWPs) must hold International Powered Access Federation (IPAF) or equivalent training certificates.\nAny Operatives involved in electrical testing and inspection must have recognised BS7671 18th Edition qualification.\nAll Certification should be provided with the tender response.\nBidders will be required to provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Traffic Signal Maintenance Services for all Department for Transport (DfT) Approved Equipment.  Examples should be from within the last 3 years and be of a similar scale, scope and size to this requirement.  Bidders must provide contact details of referees for each experience example.  Referees may be contacted to discuss the contract and the performance of the Service Provider.  Any Service Provider which fails to have performed satisfactorily in the experience example may be excluded from the tender process.",
          "minimum": "Quality Management Procedures\n1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent), OR\n2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.\nHealth \u0026 Safety Procedures\n1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (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.\nOR\n2. A Health \u0026 Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.\nEnvironmental Management Standards\n1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,\nOR\n2. An Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.\nPlease refer to attached document within PCS-T, at Questions 1.74.1 and 1.76.1 of SPD for further information.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 90
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-05-09T12:00:00+01:00"
    },
    "title": "All Ayrshire Traffic Signal Maintenance"
  }
}