Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
UK
Contact person: Nicola Young
Telephone: +44 1415745750
E-mail: Nicola.young@eastdunbarton.gov.uk
NUTS: UKM81
Internet address(es)
Main address: http://www.eastdunbarton.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.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
EDC/2025/4212 Traffic Management
II.1.2) Main CPV code
63712700
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority wishes to establish a contract for Traffic Management Services (TMS) across the EDC authority area, the contract will be utilised primarily to support Capital Investment and Maintenance Programmes of work however will be accessible to all authority departments.
The contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment & operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45233294
34992200
34992100
34996100
63712700
34928460
34928110
34928300
34923000
II.2.3) Place of performance
NUTS code:
UKM81
II.2.4) Description of the procurement
Key Requirements to be Delivered (Statement of Requirements)
The key requirements include, but are not limited to:
The design of Traffic Management Plans, site specific RAMS and where applicable Diversion Plan in conjunction with EDC officers;
Installation, Maintenance, Relocation & Removal of all Traffic Management equipment and systems as detailed in the Schedule of Rates including but not limited to;
Traffic Management Supervisor & Operatives to maintain integrity of Traffic Management system and support nearby residents or businesses
Stop/Go Board Traffic Management
Temporary and Portable 2,3 & 4 way traffic signals and pedestrian crossing signals.
Road Closure with up to 30 or 60 standard diversion route signs on roads with a speed limit of 40mph or less, 50mph to 60mph or national speed limit.
Install, Maintain & Remove pedestrian barriers interlinked and including any couplings and footings, compliant with BS EN 8442 & BS EN 12899-4 reflectivity requirement and supports Chapter 8 protocols.
Install, Maintain & Remove Pedestrian Barriers heavy duty fixed leg, Metal crowd Control. 1100mm high and Heras Fencing approx 2000mm high, Galvanised to BS EN 10244-2
Install, Maintain & Remove No waiting cones 500mm
Install, Maintain & Remove Traffic Cones 500mm, 750mm & 1000mm
Install, Maintain & Remove Standard Road Signs in accordance with Chapter 8 and TSRGD guidelines
Install, Maintain & Remove Site Specific bespoke Signage.
Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA1 Reflective Material. In accordance with Chapter 8 and TSRGD guideline
Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA2 Reflective Material. In accordance with Chapter 8 and TSRGD guidelines
Install, Maintain & Remove Portable Variable message signs – specification in Appendix 2:
EDC20254212 TM ITT APPENDIX 2 Specification Portable Variable Message Signs
Maintenance of temporary access to property
Convoy System, 1,2 or 3 vehicles
Impact Protection Vehicle
Dual Carriageway Closure on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit.
Contraflow on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit
Welfare Facilities
Project Management of all Traffic Management Services from installation to removal, ensuring minimal disruption and inconvenience to EDC residents;
Rectification of TM equipment failure in within 2 hours;
Commitment to maintain a named foreman at each site for duration of works, except in exceptional circumstances.
Compliance with EDC Health & Safety requirements
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
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:
Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019.
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:
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Detailed within the SPD module:
General Turnover per annum
Insurances
Minimum level(s) of standards required:
Detailed within the SPD module:
General Turnover per annum - GBP 744,000 per annum
Insurances:
Employee Liability minimum of GBP 10,000,000, each and every claim
Public Liability minimum of GBP 10,000,000, each and every claim
Motor Vehicle minimum of GBP 5,000,000, each and every claim
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As detailed within the SPD
All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.
Minimum level(s) of standards required:
Traffic Management Design Layouts – Lantra National Highway Sector Scheme Approved Chapter 8 Qualified Designers T7 or equivalent.
Traffic Management Supervisor/Foreman – Lantra National Highway Sector Scheme 12A or equivalent
Traffic Management Operatives – Lantra National Highways Sector Scheme Approved Chapter 8 Qualified Operatives 12 B T1/T2 or equivalent
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators are included with the ITT document.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
10/07/2025
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/07/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Q2 2029
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=801200.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Bidders are invited to detail below any appropriate Community Benefits offered in accordance with this contract.
A Community Benefit is a contractual requirement imposed by the Authority relating to training, recruitment or availability of sub-contracting opportunities, which is intended to improve the economic, social or environmental wellbeing of the Authority’s area in a way that is additional to the main purpose of the contract in which the requirement is included.
Potential Providers are encouraged to offer a contribution towards Community Benefits, which will be provided as part of the contract. Therefore, please describe the Community Benefits that your organisation commits to deliver.
Opportunities for community benefits may include:
i) Generating employment and training opportunities for priority groups;
ii) Vocational training, work experience and modern apprenticeships;
iii) Up-skilling existing workforce;
iv) Equality and diversity initiatives;
v) Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area;
vi) Supply-chain developmental activity;
vii) Building capacity in community organisations;
viii) Education support initiatives;
ix) Working with schools, colleges, universities to offer work experience or educational/professional advice;
x) Community engagement events or providing value to the local community;
xi) Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected species, areas, buildings or sites.
This question is designed to ascertain which Community Benefits the Potential Provider is committed to provide if awarded the contract. Please note that responses to this question shall be monitored under the Potential Providers performance indicators.
(SC Ref:801200)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=801200
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
Glasgow
UK
VI.5) Date of dispatch of this notice
09/06/2025