Notice Information
Notice Title
EDC/2025/4212 Traffic Management
Notice 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.
Lot Information
Lot 1
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
Renewal: Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05459a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062637-2025
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
34923000 - Road traffic-control equipment
34928110 - Road barriers
34928300 - Safety barriers
34928460 - Road cones
34992100 - Illuminated traffic signs
34992200 - Road signs
34996100 - Traffic lights
45233294 - Installation of road signals
63712700 - Traffic control services
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- £1,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,500,000 £1M-£10M
Notice Dates
- Publication Date
- 6 Oct 20254 months ago
- Submission Deadline
- 10 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Sep 20254 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Q2 2029
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST DUNBARTONSHIRE COUNCIL
- Contact Name
- Nicola Young
- Contact Email
- nicola.young@eastdunbarton.gov.uk
- Contact Phone
- +44 1415745750
Buyer Location
- Locality
- KIRKINTILLOCH
- Postcode
- G66 1TJ
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- East Dunbartonshire
- Electoral Ward
- Lenzie and Kirkintilloch South
- Westminster Constituency
- Mid Dunbartonshire
Further Information
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-05459a-2025-10-06T16:45:08+01:00",
"date": "2025-10-06T16:45:08+01:00",
"ocid": "ocds-h6vhtk-05459a",
"description": "(SC Ref:812141)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-05459a",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "EDC/2025/4212 Traffic Management",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 1500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233294",
"description": "Installation of road signals"
},
{
"scheme": "CPV",
"id": "34992200",
"description": "Road signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34996100",
"description": "Traffic lights"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "34928460",
"description": "Road cones"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Detailed within the SPD module: General Turnover per annum Insurances",
"minimum": "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",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As detailed within the SPD All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.",
"minimum": "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",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Key Performance Indicators are included with the ITT document.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-07-10T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2025-07-10T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-07-10T12:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "Q2 2029"
}
},
"parties": [
{
"id": "GB-FTS-98",
"name": "East Dunbartonshire Council",
"identifier": {
"legalName": "East Dunbartonshire Council"
},
"address": {
"streetAddress": "Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place",
"locality": "Kirkintilloch",
"region": "UKM81",
"postalCode": "G66 1TJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Nicola Young",
"telephone": "+44 1415745750",
"email": "Nicola.young@eastdunbarton.gov.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.eastdunbarton.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-220",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-30907",
"name": "Markon Limited",
"identifier": {
"legalName": "Markon Limited"
},
"address": {
"streetAddress": "Antonine House, 6-10 Dunnswood Road",
"locality": "Cumbernauld",
"region": "UKM",
"postalCode": "G67 3EN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 01236875134"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-98",
"name": "East Dunbartonshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801200"
}
],
"language": "en",
"awards": [
{
"id": "062637-2025-EDC/2025/4212-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30907",
"name": "Markon Limited"
}
]
}
],
"contracts": [
{
"id": "062637-2025-EDC/2025/4212-1",
"awardID": "062637-2025-EDC/2025/4212-1",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2025-09-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 8
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
}
]
}
}