Notice Information
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.
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST AYRSHIRE COUNCIL
- Additional Buyers
- 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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}