Expand raw payload
{
"buyer": {
"id": "GB-FTS-98",
"name": "East Dunbartonshire Council"
},
"date": "2025-06-09T16:25:43+01:00",
"description": "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.\nThe 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.\nSuppliers 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.\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nBidders are invited to detail below any appropriate Community Benefits offered in accordance with this contract.\nA 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\u2019s area in a way that is additional to the main purpose of the contract in which the requirement is included.\nPotential 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.\nOpportunities for community benefits may include:\ni)\tGenerating employment and training opportunities for priority groups;\nii)\tVocational training, work experience and modern apprenticeships;\niii)\tUp-skilling existing workforce;\niv)\tEquality and diversity initiatives;\nv)\tSub-contracting opportunities available to SME\u2019s, the third sector and supported businesses and/or in the local area;\nvi)\tSupply-chain developmental activity;\nvii)\tBuilding capacity in community organisations;\nviii)\tEducation support initiatives;\nix)\tWorking with schools, colleges, universities to offer work experience or educational/professional advice;\nx)\tCommunity engagement events or providing value to the local community;\nxi)\tMinimising negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected species, areas, buildings or sites.\nThis 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.\n(SC Ref:801200)\nDownload the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=801200",
"id": "031055-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801200",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-05459a",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Kirkintilloch",
"postalCode": "G66 1TJ",
"region": "UKM81",
"streetAddress": "Civic \u0026 Corporate Headquarters, Southbank Marina,12 Strathkelvin Place"
},
"contactPoint": {
"email": "Nicola.young@eastdunbarton.gov.uk",
"name": "Nicola Young",
"telephone": "+44 1415745750",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225",
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.eastdunbarton.gov.uk"
},
"id": "GB-FTS-98",
"identifier": {
"legalName": "East Dunbartonshire Council"
},
"name": "East Dunbartonshire Council",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow"
},
"id": "GB-FTS-220",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"name": "Glasgow Sheriff Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-07-10T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-10T12:00:00+01:00"
},
"classification": {
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "Key Performance Indicators are included with the ITT document."
},
"coveredBy": [
"GPA"
],
"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.\nThe contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment \u0026 operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.",
"hasRecurrence": true,
"id": "ocds-h6vhtk-05459a",
"items": [
{
"additionalClassifications": [
{
"description": "Installation of road signals",
"id": "45233294",
"scheme": "CPV"
},
{
"description": "Road signs",
"id": "34992200",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Traffic lights",
"id": "34996100",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Road cones",
"id": "34928460",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "40",
"name": "Quality",
"type": "quality"
},
{
"description": "60",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"description": "Key Requirements to be Delivered (Statement of Requirements)\nThe key requirements include, but are not limited to:\nThe design of Traffic Management Plans, site specific RAMS and where applicable Diversion Plan in conjunction with EDC officers;\nInstallation, Maintenance, Relocation \u0026 Removal of all Traffic Management equipment and systems as detailed in the Schedule of Rates including but not limited to;\nTraffic Management Supervisor \u0026 Operatives to maintain integrity of Traffic Management system and support nearby residents or businesses\nStop/Go Board Traffic Management\nTemporary and Portable 2,3 \u0026 4 way traffic signals and pedestrian crossing signals.\nRoad 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.\nInstall, Maintain \u0026 Remove pedestrian barriers interlinked and including any couplings and footings, compliant with BS EN 8442 \u0026 BS EN 12899-4 reflectivity requirement and supports Chapter 8 protocols.\nInstall, Maintain \u0026 Remove Pedestrian Barriers heavy duty fixed leg, Metal crowd Control. 1100mm high and Heras Fencing approx 2000mm high, Galvanised to BS EN 10244-2\nInstall, Maintain \u0026 Remove No waiting cones 500mm\nInstall, Maintain \u0026 Remove Traffic Cones 500mm, 750mm \u0026 1000mm\nInstall, Maintain \u0026 Remove Standard Road Signs in accordance with Chapter 8 and TSRGD guidelines\nInstall, Maintain \u0026 Remove Site Specific bespoke Signage.\nInstall, Maintain \u0026 Remove Specialist Diversion Signs or Advance Warning Signs In Class RA1 Reflective Material. In accordance with Chapter 8 and TSRGD guideline\nInstall, Maintain \u0026 Remove Specialist Diversion Signs or Advance Warning Signs In Class RA2 Reflective Material. In accordance with Chapter 8 and TSRGD guidelines\nInstall, Maintain \u0026 Remove Portable Variable message signs \u2013 specification in Appendix 2:\nEDC20254212 TM ITT APPENDIX 2 Specification Portable Variable Message Signs\nMaintenance of temporary access to property\nConvoy System, 1,2 or 3 vehicles\nImpact Protection Vehicle\nDual Carriageway Closure on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit.\nContraflow on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit\nWelfare Facilities\nProject Management of all Traffic Management Services from installation to removal, ensuring minimal disruption and inconvenience to EDC residents;\nRectification of TM equipment failure in within 2 hours;\nCommitment to maintain a named foreman at each site for duration of works, except in exceptional circumstances.\nCompliance with EDC Health \u0026 Safety requirements",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 1500000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"description": "Q2 2029"
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "Detailed within the SPD module:\nGeneral Turnover per annum\nInsurances",
"minimum": "Detailed within the SPD module:\nGeneral Turnover per annum - GBP 744,000 per annum\nInsurances:\nEmployee Liability minimum of GBP 10,000,000, each and every claim\nPublic Liability minimum of GBP 10,000,000, each and every claim\nMotor Vehicle minimum of GBP 5,000,000, each and every claim",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "As detailed within the SPD\nAll Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.",
"minimum": "Traffic Management Design Layouts \u2013 Lantra National Highway Sector Scheme Approved Chapter 8 Qualified Designers T7 or equivalent.\nTraffic Management Supervisor/Foreman \u2013 Lantra National Highway Sector Scheme 12A or equivalent\nTraffic Management Operatives \u2013 Lantra National Highways Sector Scheme Approved Chapter 8 Qualified Operatives 12 B T1/T2 or equivalent",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 120
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-10T12:00:00+01:00"
},
"title": "EDC/2025/4212 Traffic Management",
"value": {
"amount": 1500000.0,
"currency": "GBP"
}
}
}