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