Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Argyll and Bute Council
Kilmory
Lochgilphead
PA31 8RT
UK
Contact person: Lewis Cowburgh
E-mail: lewis.cowburgh@argyll-bute.gov.uk
NUTS: UKM
Internet address(es)
Main address: http://www.argyll-bute.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063
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:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
Traffic Management Services Framework 2025-2026
II.1.2) Main CPV code
50232200
II.1.3) Type of contract
Services
II.1.4) Short description
Argyll and Bute Council are looking to appoint suppliers to form a multi-supplier, multi-lot framework for the provision of Traffic Management Services, over a one year period.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Mainland and Isle of Bute (East) (Bute & Cowal and Helensburgh & Lomond)
II.2.2) Additional CPV code(s)
50232200
II.2.3) Place of performance
NUTS code:
UKM6
Main site or place of performance:
Mainland and Isle of Bute (East) (Bute & Cowal and Helensburgh & Lomond)
II.2.4) Description of the procurement
Traffic Management Services are frequently required service within the Council - the use of a framework frees the Service to appoint contractors more efficiently.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
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
Lot No: 2
II.2.1) Title
Mainland (West) (Mid-Argyll, Kintyre, Oban & Lorn)
II.2.2) Additional CPV code(s)
50232200
II.2.3) Place of performance
NUTS code:
UKM6
Main site or place of performance:
Mainland (West) (Mid-Argyll, Kintyre, Oban & Lorn)
II.2.4) Description of the procurement
Traffic Management Services are frequently required service within the Council, the use of a framework frees the Service to appoint contractors more efficiently.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
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
Lot No: 3
II.2.1) Title
Islands (West)
II.2.2) Additional CPV code(s)
50232200
II.2.3) Place of performance
NUTS code:
UKM6
Main site or place of performance:
Islands (West)
II.2.4) Description of the procurement
Traffic Management Services are frequently required service within the Council, the use of a framework frees the Service to appoint contractors more efficiently.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to 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 several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-007783
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/10/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
23/10/2025
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:
At the end of the framework period.
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=811069.
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.
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:
Delivery of community benefits will be monitored as agreed between the Council and the Supplier. The Council will seek evidence of delivery by an agreed method to allow the Council to report of those wider social and economic benefits. Tenderers should confirm which item from the Council’s request list is to be provided as part of this framework, and include a methodology/ plan/ statement as to how this will be delivered within their Quality response.
(SC Ref:811069)
VI.4) Procedures for review
VI.4.1) Review body
Oban Sheriff Court House
Sheriff Court House
Oban
PA34 4AL
UK
E-mail: oban@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
24/09/2025