Tender

PS/25/67 - Traffic Surveys Framework

  • East Ayrshire Council

F02: Contract notice

Notice identifier: 2026/S 000-016655

Procurement identifier (OCID): ocds-h6vhtk-065b84

Published 24 February 2026, 4:47pm



Section one: Contracting authority

one.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

Contact

Lesley Robertson

Email

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