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

EDC/2025/4212 Traffic Management

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • 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:
ocds-h6vhtk-05459a
Published by:
East Dunbartonshire Council
Authority ID:
AA21838
Publication date:
17 June 2025
Deadline date:
10 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34992100 Illuminated traffic signs Signs and illuminated signs
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
34928110 Road barriers Road furniture
34928460 Road cones Road furniture
34992200 Road signs Signs and illuminated signs
34923000 Road traffic-control equipment Road equipment
34928300 Safety barriers Road furniture
63712700 Traffic control services Support services for road transport
34996100 Traffic lights Control, safety or signalling equipment for roads

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:
Nicola.young@eastdunbarton.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.