Section one: Contracting authority
one.1) Name and addresses
Stirling Council
Procurement, Teith House
Stirling
FK7 7QA
Contact
Yvonne Anderson
Telephone
+44 1786404040
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Temporary Traffic Management Services Framework
Reference number
SC2425-0203
two.1.2) Main CPV code
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Temporary Traffic Management Services
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Stirling
two.2.4) Description of the procurement
The Council requires suitably qualified Traffic Management Contractors to respond and undertake reactive traffic management tasks on a regular basis for Stirling Council.
These will include:
To undertake primarily reactive maintenance tasks on a regular basis.
To comply with all relevant health & safety regulations required in the delivery of a Temporary Traffic Management service, including but not limited to the Health and Safety at Work Act 1974.
To ensure all operatives have CITB, CSCS/CPCS or equivalent certification relevant to the operation of plant & equipment within a site environment.
To comply with Chapter 8 (parts 1 & 2) of the Traffic Safety Measures and Signs for Road Works and Temporary Situations.
To ensure operatives hold the relevant National Highways Sector Scheme qualifications.
To comply with the Safety at Street Works and Road Works – A code of Practice
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 March 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 March 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31054. 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:
Under this framework the successful contractors will be requested to support Stirling Council’s Stirling Council’s economic, environmental and social objectives.
Based on the successful contractors’ annual spend with Stirling Council there will be a requirement to meet the minimum number of Community Benefits points (as detailed within the tender documents.
(SC Ref:821840)
six.4) Procedures for review
six.4.1) Review body
Stirling Sherrif Court
Stirling
Country
United Kingdom