Section one: Contracting authority
one.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
Contact
Lesley Robertson
lesley.robertson@east-ayrshire.gov.uk
Telephone
+44 1563576000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.east-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
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
PS/25/67 - Traffic Surveys Framework
Reference number
PS/25/67
two.1.2) Main CPV code
- 63712710 - Traffic monitoring services
two.1.3) Type of contract
Services
two.1.4) Short description
East Ayrshire Council require to establish a Single Provider Framework Agreement for the provision of various Traffic Surveys, as and when required, at various locations throughout East and South Ayrshire.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79311000 - Survey services
- 63712710 - Traffic monitoring services
- 45316210 - Installation of traffic monitoring equipment
- 34972000 - Traffic-flow measuring system
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
Various locations throughout East and South Ayrshire.
two.2.4) Description of the procurement
The Council require to establish a Single Provider Framework Agreement for the provision of various Traffic Surveys, as and when required, at various locations throughout East and South Ayrshire.
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 14
Quality criterion - Name: Data Analysis & Presentation / Weighting: 14
Quality criterion - Name: Fair Work First / Weighting: 2
Price - Weighting: 70
two.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
The term of the Framework will be for a period of 2 years, with two separate one year extension options at the sole discretion of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council may require additional survey types during the contract term.
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
List and brief description of selection criteria
Bidders are required to provide their General Yearly Turnover for the previous 3 years.
East Ayrshire Council reserve the right to review the bidders financial information including information from a credit reference agency (CreditSafe) at tender stage and for the duration of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. It is the Tenderers responsibility to ensure that all information held by CreditSafe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their CreditSafe scores are accurate by the due submission date.
Minimum level(s) of standards possibly required
The bidder confirms they already have or can commit to obtain, prior to the commencement of the Contract, the levels of insurance cover indicated below:
Professional Indemnity: 2 million GBP
Employers Liability: 10 million GBP
Public Liability: 5 million GBP
Product Liability: 5 million GBP
Motor Vehicle Insurance: To be determined by the Service Provider
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders should provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Traffic Surveys.
Examples should be from within the last 3 years and be of a similar scale, scope and size to this requirement. Bidders must provide contact details of referees for each experience example. Referees may be contacted to discuss the contract and the performance of the Service Provider. Any Service Provider who fails to have performed satisfactorily in the 2 experience examples may be excluded from the tender process.
Minimum level(s) of standards possibly required
Bidders will be required to confirm they have the following relevant qualifications:
New Roads and Street Works Act 1991 - Street Works Operatives and Supervisor Qualifications:
Supervisors:
S1 – Monitoring of Signing, Lighting and Guarding
Operatives:
O1 – Signing, Lighting and Guarding
All certification should be provided with the tender response.
Quality Management Requirements
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
The bidder must have a documented policy regarding quality management.
Health and Safety Requirements:
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR,
The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management. Bidders that do not hold the relevant Health and Safety Accreditation BS EN 45001 (or equivalent) must download, complete and return EAC's Health and Safety Questionnaire.
Environmental Management Requirements:
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
The bidder must have a regularly reviewed documented policy regarding environmental management.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per ITT documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 a single operator
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
27 March 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 March 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31035. 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:
This tender process will follow the Mandatory Route and Community Benefits are included as pass/fail criteria.
(SC Ref:822155)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Country
United Kingdom