Award

All Ayrshire Traffic Signal Maintenance

EAST AYRSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

27 Aug 2025 at 09:56

Tender

06 May 2025 at 14:05

TenderUpdate

06 May 2025 at 14:05

Summary of the contracting process

The East Ayrshire Council recently concluded the tender process for the "All Ayrshire Traffic Signal Maintenance" contract, focused on maintaining traffic signals across East, South, and North Ayrshire council areas. This tender, initiated by the East Ayrshire Council in collaboration with the North Ayrshire Council, was conducted using an open procurement method under the legal directive CELEX 32014L0024. The procurement, classified under CPV code 50232200, falls within the services category. As of 27th August 2025, the award for the contract with an estimated value of £750,000 was made to Swarco UK & Ireland Ltd, a large-scale supplier. The procurement is supported by the Government Procurement Agreement (GPA), and signing of the contract occurred on 8th August 2025.

This tender presents substantial opportunities for businesses involved in traffic signal maintenance services to expand their portfolios. The open procedure allowed for wide participation, though ultimately, Swarco UK & Ireland Ltd was successful. Businesses that can demonstrate robust service delivery and efficient fault management systems would be well-suited to compete for this type of contract. The emphasis on community benefits and fair work practices indicates a preference for suppliers committed to positively impacting the local community and workforce. Ideal contenders would also have the financial and technical qualifications, such as requisite turnover and industry certifications, needed to meet the strict requirements set by the local councils.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

All Ayrshire Traffic Signal Maintenance

Notice Description

Traffic Signal Maintenance in East, South and North Ayrshire Council areas, on behalf of Ayrshire Roads Alliance and North Ayrshire Council.

Lot Information

Lot 1

Maintenance of Traffic Signal Equipment throughout North Ayrshire, East Ayrshire and South Ayrshire.

Renewal: Two one year extension options available at the sole discretion of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fe9f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051498-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50232200 - Traffic-signal maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£750,000 £500K-£1M

Notice Dates

Publication Date
27 Aug 20255 months ago
Submission Deadline
9 May 2025Expired
Future Notice Date
Not specified
Award Date
7 Aug 20256 months ago
Contract Period
Not specified - Not specified
Recurrence
Around 6 months prior to contract end.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
EAST AYRSHIRE COUNCIL
Additional Buyers

NORTH AYRSHIRE COUNCIL

Contact Name
Not specified
Contact Email
lesley.robertson@east-ayrshire.gov.uk, procurement@north-ayrshire.gov.uk
Contact Phone
+44 1294310000, +44 1563576000

Buyer Location

Locality
KILMARNOCK
Postcode
KA3 7BU
Post Town
Kilmarnock
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM93 North Ayrshire and East Ayrshire
Delivery Location
TLM93 North Ayrshire and East Ayrshire, TLM94 South Ayrshire

Local Authority
North Ayrshire
Electoral Ward
Irvine South
Westminster Constituency
Central Ayrshire

Supplier Information

Number of Suppliers
1
Supplier Name

SWARCO UK & IRELAND

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04fe9f-2025-08-27T10:56:34+01:00",
    "date": "2025-08-27T10:56:34+01:00",
    "ocid": "ocds-h6vhtk-04fe9f",
    "description": "(SC Ref:806863)",
    "initiationType": "tender",
    "tender": {
        "id": "PS/24/42",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "All Ayrshire Traffic Signal Maintenance",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50232200",
            "description": "Traffic-signal maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "Traffic Signal Maintenance in East, South and North Ayrshire Council areas, on behalf of Ayrshire Roads Alliance and North Ayrshire Council.",
        "lots": [
            {
                "id": "1",
                "description": "Maintenance of Traffic Signal Equipment throughout North Ayrshire, East Ayrshire and South Ayrshire.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Ability to Fulfil Service & Ongoing Contract Management",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Fault Management System",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two one year extension options available at the sole discretion of the Council."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM94"
                    },
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM94"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum 'general' yearly turnover of 220,000 GBP for the last 3 years. The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a \"Fail\" and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected. Risk or Credit reports from other agencies will not be considered. It is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.",
                    "minimum": "Bidders must confirm that they already have or can commit to obtaining, prior to the commencement of the contract, the levels of insurance cover indicated below: Employers Liability Insurance: GBP 10 million (in respect of each claim, without limit to the number of claims) Professional Indemnity Insurance: GBP 2 million (in respect of each and every claim without limit to the number of claims, for 6 years from the date of contract completion) Public Liability Insurance: GBP 5 million (in respect of each claim, without limit to the number of claims) Products Liability Insurance: GBP 5 million (in the aggregate) Other Insurance: Contract Works Insurance (Loss or Damage to Works): Contract Value plus 50 percent Motor Vehicle Insurance (Amount to be determined by the Service Provider) Goods in Transit Insurance (Amount to be determined by the Service Provider)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Tenderers are required to hold the mandatory Qualifications for the duration of the contract and any extensions thereof: New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications. While electrical works are being carried out on site, the Service Provider must ensure that all persons engaged in electrical work can demonstrate that they have the necessary competencies, skills, training and experience to carry out the works in a safe and efficient manner, holding an Electrotechnical Certification Scheme (ECS) Card recognised by either the Joint Industry Board (JIB) or Scottish Joint Industry Board (SJIB). The Service Provider must ensure that all persons working in the vicinity of Distribution Network Operator (DNO) equipment hold certification in accordance with the G39 Model Code of Practice for Electrical Safety in the planning, installation, commissioning and maintenance of public lighting and other street furniture Issue 2 2013 published by the Energy Networks Association or any amendment thereto. The Service Provider must ensure that any Operatives involved in operating Mobile Elevating Work Platforms (MEWPs) must hold International Powered Access Federation (IPAF) or equivalent training certificates. Any Operatives involved in electrical testing and inspection must have recognised BS7671 18th Edition qualification. All Certification should be provided with the tender response. Bidders will be required to provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Traffic Signal Maintenance Services for all Department for Transport (DfT) Approved Equipment. 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 which fails to have performed satisfactorily in the experience example may be excluded from the tender process.",
                    "minimum": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent), OR 2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Health & Safety Procedures 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS 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 2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Environmental Management Standards 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. An Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Please refer to attached document within PCS-T, at Questions 1.74.1 and 1.76.1 of SPD for further information.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-05-09T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2025-05-09T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-05-09T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "Around 6 months prior to contract end."
        },
        "amendments": [
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-05-09T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2025-05-14T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-05-09T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2025-05-14T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "Deadline extended to allow time to respond to questions raised."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-2556",
            "name": "East Ayrshire Council",
            "identifier": {
                "legalName": "East Ayrshire Council"
            },
            "address": {
                "streetAddress": "Corporate Procurement Team, London Road HQ",
                "locality": "Kilmarnock",
                "region": "UKM93",
                "postalCode": "KA3 7BU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1563576000",
                "email": "lesley.robertson@east-ayrshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.east-ayrshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1083",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1294310000",
                "email": "procurement@North-Ayrshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.north-ayrshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337"
            }
        },
        {
            "id": "GB-FTS-4006",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, St Marnock Street",
                "locality": "Kilmarnock",
                "postalCode": "KA1 1ED",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-112077",
            "name": "Swarco UK & Ireland Ltd",
            "identifier": {
                "legalName": "Swarco UK & Ireland Ltd"
            },
            "address": {
                "streetAddress": "Hazelwood House, Lime Tree Way, Chineham Business Park",
                "locality": "Basingstoke",
                "region": "UK",
                "postalCode": "RG248WZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2556",
        "name": "East Ayrshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000793107"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "051498-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-112077",
                    "name": "Swarco UK & Ireland Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "051498-2025-1",
            "awardID": "051498-2025-1",
            "status": "active",
            "value": {
                "amount": 750000,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-08T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}