Tender

EDC/2025/4212 Traffic Management

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2025/S 000-031055

Procurement identifier (OCID): ocds-h6vhtk-05459a

Published 9 June 2025, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Nicola Young

Email

Nicola.young@eastdunbarton.gov.uk

Telephone

+44 1415745750

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.eastdunbarton.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

EDC/2025/4212 Traffic Management

two.1.2) Main CPV code

  • 63712700 - Traffic control services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority wishes to establish a contract for Traffic Management Services (TMS) across the EDC authority area, the contract will be utilised primarily to support Capital Investment and Maintenance Programmes of work however will be accessible to all authority departments.

The contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment & operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233294 - Installation of road signals
  • 34992200 - Road signs
  • 34992100 - Illuminated traffic signs
  • 34996100 - Traffic lights
  • 63712700 - Traffic control services
  • 34928460 - Road cones
  • 34928110 - Road barriers
  • 34928300 - Safety barriers
  • 34923000 - Road traffic-control equipment

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

Key Requirements to be Delivered (Statement of Requirements)

The key requirements include, but are not limited to:

The design of Traffic Management Plans, site specific RAMS and where applicable Diversion Plan in conjunction with EDC officers;

Installation, Maintenance, Relocation & Removal of all Traffic Management equipment and systems as detailed in the Schedule of Rates including but not limited to;

Traffic Management Supervisor & Operatives to maintain integrity of Traffic Management system and support nearby residents or businesses

Stop/Go Board Traffic Management

Temporary and Portable 2,3 & 4 way traffic signals and pedestrian crossing signals.

Road Closure with up to 30 or 60 standard diversion route signs on roads with a speed limit of 40mph or less, 50mph to 60mph or national speed limit.

Install, Maintain & Remove pedestrian barriers interlinked and including any couplings and footings, compliant with BS EN 8442 & BS EN 12899-4 reflectivity requirement and supports Chapter 8 protocols.

Install, Maintain & Remove Pedestrian Barriers heavy duty fixed leg, Metal crowd Control. 1100mm high and Heras Fencing approx 2000mm high, Galvanised to BS EN 10244-2

Install, Maintain & Remove No waiting cones 500mm

Install, Maintain & Remove Traffic Cones 500mm, 750mm & 1000mm

Install, Maintain & Remove Standard Road Signs in accordance with Chapter 8 and TSRGD guidelines

Install, Maintain & Remove Site Specific bespoke Signage.

Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA1 Reflective Material. In accordance with Chapter 8 and TSRGD guideline

Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA2 Reflective Material. In accordance with Chapter 8 and TSRGD guidelines

Install, Maintain & Remove Portable Variable message signs – specification in Appendix 2:

EDC20254212 TM ITT APPENDIX 2 Specification Portable Variable Message Signs

Maintenance of temporary access to property

Convoy System, 1,2 or 3 vehicles

Impact Protection Vehicle

Dual Carriageway Closure on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit.

Contraflow on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit

Welfare Facilities

Project Management of all Traffic Management Services from installation to removal, ensuring minimal disruption and inconvenience to EDC residents;

Rectification of TM equipment failure in within 2 hours;

Commitment to maintain a named foreman at each site for duration of works, except in exceptional circumstances.

Compliance with EDC Health & Safety requirements

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Detailed within the SPD module:

General Turnover per annum

Insurances

Minimum level(s) of standards possibly required

Detailed within the SPD module:

General Turnover per annum - GBP 744,000 per annum

Insurances:

Employee Liability minimum of GBP 10,000,000, each and every claim

Public Liability minimum of GBP 10,000,000, each and every claim

Motor Vehicle minimum of GBP 5,000,000, each and every claim

three.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed within the SPD

All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.

Minimum level(s) of standards possibly required

Traffic Management Design Layouts – Lantra National Highway Sector Scheme Approved Chapter 8 Qualified Designers T7 or equivalent.

Traffic Management Supervisor/Foreman – Lantra National Highway Sector Scheme 12A or equivalent

Traffic Management Operatives – Lantra National Highways Sector Scheme Approved Chapter 8 Qualified Operatives 12 B T1/T2 or equivalent

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators are included with the ITT document.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

10 July 2025

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Q2 2029

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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=801200.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Bidders are invited to detail below any appropriate Community Benefits offered in accordance with this contract.

A Community Benefit is a contractual requirement imposed by the Authority relating to training, recruitment or availability of sub-contracting opportunities, which is intended to improve the economic, social or environmental wellbeing of the Authority’s area in a way that is additional to the main purpose of the contract in which the requirement is included.

Potential Providers are encouraged to offer a contribution towards Community Benefits, which will be provided as part of the contract. Therefore, please describe the Community Benefits that your organisation commits to deliver.

Opportunities for community benefits may include:

i) Generating employment and training opportunities for priority groups;

ii) Vocational training, work experience and modern apprenticeships;

iii) Up-skilling existing workforce;

iv) Equality and diversity initiatives;

v) Sub-contracting opportunities available to SME’s, the third sector and supported businesses and/or in the local area;

vi) Supply-chain developmental activity;

vii) Building capacity in community organisations;

viii) Education support initiatives;

ix) Working with schools, colleges, universities to offer work experience or educational/professional advice;

x) Community engagement events or providing value to the local community;

xi) Minimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected species, areas, buildings or sites.

This question is designed to ascertain which Community Benefits the Potential Provider is committed to provide if awarded the contract. Please note that responses to this question shall be monitored under the Potential Providers performance indicators.

(SC Ref:801200)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=801200

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom