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

Traffic Management Services Framework 2025-2026

  • First published: 25 September 2025
  • Last modified: 25 September 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-04e937
Published by:
Argyll and Bute Council
Authority ID:
AA21340
Publication date:
25 September 2025
Deadline date:
23 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50232200 Traffic-signal maintenance services Maintenance services of public-lighting installations and traffic lights

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:
lewis.cowburgh@argyll-bute.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.