Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PS/25/67 - Traffic Surveys Framework

  • First published: 25 February 2026
  • Last modified: 25 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
East Ayrshire Council
Authority ID:
AA20168
Publication date:
25 February 2026
Deadline date:
27 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

East Ayrshire Council require to establish a Single Provider Framework Agreement for the provision of various Traffic Surveys, as and when required, at various locations throughout East and South Ayrshire.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Contact person: Lesley Robertson

Telephone: +44 1563576000

E-mail: lesley.robertson@east-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.east-ayrshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


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

PS/25/67 - Traffic Surveys Framework

Reference number: PS/25/67

II.1.2) Main CPV code

63712710

 

II.1.3) Type of contract

Services

II.1.4) Short description

East Ayrshire Council require to establish a Single Provider Framework Agreement for the provision of various Traffic Surveys, as and when required, at various locations throughout East and South Ayrshire.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79311000

63712710

45316210

34972000

II.2.3) Place of performance

NUTS code:

UKM93


Main site or place of performance:

Various locations throughout East and South Ayrshire.

II.2.4) Description of the procurement

The Council require to establish a Single Provider Framework Agreement for the provision of various Traffic Surveys, as and when required, at various locations throughout East and South Ayrshire.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology / Weighting: 14

Quality criterion: Data Analysis & Presentation / Weighting: 14

Quality criterion: Fair Work First / Weighting: 2

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of the Framework will be for a period of 2 years, with two separate one year extension options at the sole discretion of the Council.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Council may require additional survey types during the contract term.

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 are required to provide their General Yearly Turnover for the previous 3 years.

East Ayrshire Council reserve the right to review the bidders financial information including information from a credit reference agency (CreditSafe) at tender stage and for the duration of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. It is the Tenderers responsibility to ensure that all information held by CreditSafe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their CreditSafe scores are accurate by the due submission date.


Minimum level(s) of standards required:

The bidder confirms they already have or can commit to obtain, prior to the commencement of the Contract, the levels of insurance cover indicated below:

Professional Indemnity: 2 million GBP

Employers Liability: 10 million GBP

Public Liability: 5 million GBP

Product Liability: 5 million GBP

Motor Vehicle Insurance: To be determined by the Service Provider

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders should provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Traffic Surveys.

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 who fails to have performed satisfactorily in the 2 experience examples may be excluded from the tender process.


Minimum level(s) of standards required:

Bidders will be required to confirm they have the following relevant qualifications:

New Roads and Street Works Act 1991 - Street Works Operatives and Supervisor Qualifications:

Supervisors:

S1 – Monitoring of Signing, Lighting and Guarding

Operatives:

O1 – Signing, Lighting and Guarding

All certification should be provided with the tender response.

Quality Management Requirements

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

The bidder must have a documented policy regarding quality management.

Health and Safety Requirements:

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN 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.

OR,

The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management. Bidders that do not hold the relevant Health and Safety Accreditation BS EN 45001 (or equivalent) must download, complete and return EAC's Health and Safety Questionnaire.

Environmental Management Requirements:

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

The bidder must have a regularly reviewed documented policy regarding environmental management.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per ITT documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/03/2026

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: 27/03/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31035. 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:

This tender process will follow the Mandatory Route and Community Benefits are included as pass/fail criteria.

(SC Ref:822155)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

VI.5) Date of dispatch of this notice

24/02/2026

Coding

Commodity categories

ID Title Parent category
45316210 Installation of traffic monitoring equipment Installation work of illumination and signalling systems
79311000 Survey services Market research services
63712710 Traffic monitoring services Support services for road transport
34972000 Traffic-flow measuring system Traffic-monitoring equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lesley.robertson@east-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.