Notice Information
Notice Title
Traffic Equipment Maintenance and Ancillary Support Services
Notice Description
This contract is for the routine planned maintenance of Traffic Equipment including electrical and mechanical inspection and replacement of consumables.
Lot Information
Lot 1
The Council invites bids for the routine planned maintenance of Traffic Equipment including electrical and mechanical inspection and replacement of consumables. Also, unplanned service including, response to and repair of equipment faults and emergency situations. The contract also includes the provision of ancillary support works including provision, installation and commissioning of sundry traffic equipment and provision of civil engineering, construction and other services related to maintenance, modification and management of the City of Edinburgh Council's (the Council) traffic signal infrastructure.
Renewal: 2 x 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-052aa2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015049-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning 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
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45316212 - Installation of traffic lights
50232000 - Maintenance services of public-lighting installations and traffic lights
50232200 - Traffic-signal maintenance services
Notice Value(s)
- Tender Value
- £6,750,000 £1M-£10M
- Lots Value
- £6,750,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £6,750,000 £1M-£10M
Notice Dates
- Publication Date
- 19 Feb 20263 days ago
- Submission Deadline
- 11 Sep 2025Expired
- Future Notice Date
- 3 Aug 2025Expired
- Award Date
- 27 Jan 20263 weeks ago
- Contract Period
- 15 Dec 2025 - 14 Dec 2029 4-5 years
- Recurrence
- August 2029
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Graham Halliday
- Contact Email
- graham.halliday@edinburgh.gov.uk
- Contact Phone
- +44 1314693922
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
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-052aa2-2026-02-19T09:18:06Z",
"date": "2026-02-19T09:18:06Z",
"ocid": "ocds-h6vhtk-052aa2",
"description": "Part IV: Selection criteria - C: Technical and Professional Ability - Prompt Payment - Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub- contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability - Living Wage Payment - Question 4C.4. Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the contract, and/or any subsequent call off contract (including any agency or sub-contractor staff) directly involved in the delivery of the contract, and/or any subsequent call off contract, at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures - Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan. Where a Tenderer's response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. (SC Ref:824160)",
"initiationType": "tender",
"tender": {
"id": "CT1621",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Traffic Equipment Maintenance and Ancillary Support Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
"mainProcurementCategory": "services",
"description": "This contract is for the routine planned maintenance of Traffic Equipment including electrical and mechanical inspection and replacement of consumables.",
"value": {
"amount": 6750000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Council invites bids for the routine planned maintenance of Traffic Equipment including electrical and mechanical inspection and replacement of consumables. Also, unplanned service including, response to and repair of equipment faults and emergency situations. The contract also includes the provision of ancillary support works including provision, installation and commissioning of sundry traffic equipment and provision of civil engineering, construction and other services related to maintenance, modification and management of the City of Edinburgh Council's (the Council) traffic signal infrastructure.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Full details in tender documentation",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
},
{
"name": "Full details in tender documentation",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 6750000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-12-15T00:00:00Z",
"endDate": "2029-12-14T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "City of Edinburgh Council"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-08-04T00:00:00+01:00",
"atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 [for above threshold)/8 and 9 of the Procurement (Scotland)Regulations 2016 (below threshold). Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 2,700,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Current ratio for Current Year: 1.20 Current ratio for Prior Year: 1.20 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 5m GBP b. Public Liability Insurance - 10m GBP.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please see additional information",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2025-09-11T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2025-09-11T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-09-11T12:00:00+01:00",
"address": {
"streetAddress": "Edinburgh"
},
"description": "Council Officers"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"recurrence": {
"description": "August 2029"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-09-11T12:00:00+01:00"
},
"newValue": {
"date": "2025-09-15T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2025-09-11T12:00:00+01:00"
},
"newValue": {
"date": "2025-09-15T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Supplier request"
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-09-15T12:00:00+01:00"
},
"newValue": {
"date": "2025-09-22T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
],
"description": "New information provided"
}
]
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Graham Halliday",
"telephone": "+44 1314693922",
"email": "graham.halliday@edinburgh.gov.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-5024",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-50685",
"name": "Yunex Limited",
"identifier": {
"legalName": "Yunex Limited"
},
"address": {
"streetAddress": "Sopers Lane",
"locality": "Poole",
"region": "UK",
"postalCode": "BH17 7ER",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1202782136",
"faxNumber": "+44 1202782435"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800375"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808096"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808096"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808096"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808096"
}
],
"language": "en",
"awards": [
{
"id": "015049-2026-CT1621-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-50685",
"name": "Yunex Limited"
}
]
}
],
"contracts": [
{
"id": "015049-2026-CT1621-1",
"awardID": "015049-2026-CT1621-1",
"status": "active",
"value": {
"amount": 6750000,
"currency": "GBP"
},
"dateSigned": "2026-01-27T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}