Planning

Scarborough Traffic Signals Upgrade

THE NORTH YORKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Planning

02 Feb 2026 at 10:10

Planning

02 Feb 2026 at 09:59

Summary of the contracting process

The North Yorkshire Council is initiating a public procurement process titled "Scarborough Traffic Signals Upgrade," aimed at modernising the traffic signal infrastructure within Scarborough. The procurement falls under the "works" industry category and is planned to be implemented in the UKE region, United Kingdom. Currently in the planning stage, the process invites open competition below the threshold, with an electronic submission policy allowed. The tender period is set to close on 10th March 2026. The project involves comprehensive upgrades to traffic signal-controlled junctions, with key activities scheduled to commence from September 2026 and conclude by the end of March 2027.

This tender presents substantial opportunities for companies specialising in civil engineering and traffic systems. Businesses with expertise in the supply, installation, and configuration of traffic management technology, as well as those capable of undertaking ancillary road works and compliance with British Standards, are well-positioned to compete. The project encourages an emphasis on quality, safety, and sustainability, which aligns with the broader goals of efficient programme management and minimal disruption to road users. Firms equipped to handle the requisite risk assessments and coordination with local authorities will find ample opportunity for growth and collaboration.

How relevant is this notice?

Notice Information

Notice Title

Scarborough Traffic Signals Upgrade

Notice Description

The Authority intends to procure a Contractor to deliver a comprehensive upgrade of multiple traffic signal-controlled junctions within Scarborough. The works will involve the replacement and modernisation of existing traffic signal equipment, improvements to pedestrian crossing facilities, installation of new detection systems, civil engineering works, and commissioning of upgraded traffic management technology. The required works include the supply, installation, configuration and testing of new LED signal heads, pedestrian demand units, associated cabling, controllers, poles and street furniture. The Contractor will also be required to complete all associated civil engineering works, including the installation of ducts, chambers, cabling routes, alterations to kerbs and tactile paving, adjustments to road studs, and modifications to footways and surfacing where needed. The project includes upgrading junctions to operate under MOVA control, including installation of MOVA loops, additional detection, and the full commissioning and validation of MOVA operation. Factory Acceptance Testing and Site Acceptance Testing must be carried out in accordance with national standards and the Authority's requirements. Existing equipment will be retained or replaced as specified, and a new wireless antenna will be installed at one junction to support future communication links. Road markings will be refreshed or amended as required. All electrical and signalling installations must comply with the relevant British Standards, guidance in the Traffic Signs Manual, the Traffic Signs Regulations and General Directions, and the Design Manual for Roads and Bridges. The Contractor must supply all necessary materials, equipment and labour to complete the works to the required standards. All supplied equipment must be new unless otherwise agreed with the Authority. A Construction Phase Plan, risk assessments, method statements and all health and safety documentation must be provided in accordance with CDM Regulations. The Contractor will coordinate with the Authority and its design and traffic signal teams throughout delivery and will be expected to attend progress meetings, site inspections, testing sessions and handover activities. The Contractor must also provide all required as-built information, manuals, commissioning certificates, and warranty documentation. The estimated contract value and delivery timeline are indicative only and may be subject to change as the procurement progresses and further project information becomes available. Work scheduling must take account of local traffic sensitivities, including school holidays, peak periods and any restrictions on working during the summer season. The contract will be awarded under the NEC4 Engineering and Construction Short Contract. The Contractor must comply with all requirements for quality, safety, environmental responsibility and social value as set out by the Authority. Sustainability considerations, minimising disruption to road users, and efficient programme management will be essential to successful delivery.

Planning Information

The Authority has conducted preliminary market engagement through discussions with suppliers capable of delivering this requirement. This engagement was undertaken to understand current market capacity and delivery capability.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0613d2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008799-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45232000 - Ancillary works for pipelines and cables

45233121 - Main road construction works

45316212 - Installation of traffic lights

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20261 weeks ago
Submission Deadline
10 Mar 20264 weeks to go
Future Notice Date
10 Feb 2026Today
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE NORTH YORKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
procurement@northyorks.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NORTHALLERTON
Postcode
DL7 8AD
Post Town
Darlington
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE22 North Yorkshire
Delivery Location
TLE Yorkshire and The Humber

Local Authority
North Yorkshire
Electoral Ward
Romanby
Westminster Constituency
Richmond and Northallerton

Further Information

Notice Documents

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-0613d2-2026-02-02T10:10:59Z",
    "date": "2026-02-02T10:10:59Z",
    "ocid": "ocds-h6vhtk-0613d2",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "008782-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008782-2026",
                "datePublished": "2026-02-02T09:59:23Z",
                "format": "text/html"
            },
            {
                "id": "008799-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008799-2026",
                "datePublished": "2026-02-02T10:10:59Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Authority has conducted preliminary market engagement through discussions with suppliers capable of delivering this requirement. This engagement was undertaken to understand current market capacity and delivery capability.",
                "dateMet": "2025-11-03T00:00:00Z",
                "status": "met"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PNXY-8263-XCNL",
            "name": "The North Yorkshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNXY-8263-XCNL"
            },
            "address": {
                "streetAddress": "County Hall, Racecourse Lane",
                "locality": "Northallerton",
                "postalCode": "DL7 8AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE22"
            },
            "contactPoint": {
                "email": "procurement@northyorks.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.northyorks.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNXY-8263-XCNL",
        "name": "The North Yorkshire Council"
    },
    "tender": {
        "id": "579-NYC-EN",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Scarborough Traffic Signals Upgrade",
        "description": "The Authority intends to procure a Contractor to deliver a comprehensive upgrade of multiple traffic signal-controlled junctions within Scarborough. The works will involve the replacement and modernisation of existing traffic signal equipment, improvements to pedestrian crossing facilities, installation of new detection systems, civil engineering works, and commissioning of upgraded traffic management technology. The required works include the supply, installation, configuration and testing of new LED signal heads, pedestrian demand units, associated cabling, controllers, poles and street furniture. The Contractor will also be required to complete all associated civil engineering works, including the installation of ducts, chambers, cabling routes, alterations to kerbs and tactile paving, adjustments to road studs, and modifications to footways and surfacing where needed. The project includes upgrading junctions to operate under MOVA control, including installation of MOVA loops, additional detection, and the full commissioning and validation of MOVA operation. Factory Acceptance Testing and Site Acceptance Testing must be carried out in accordance with national standards and the Authority's requirements. Existing equipment will be retained or replaced as specified, and a new wireless antenna will be installed at one junction to support future communication links. Road markings will be refreshed or amended as required. All electrical and signalling installations must comply with the relevant British Standards, guidance in the Traffic Signs Manual, the Traffic Signs Regulations and General Directions, and the Design Manual for Roads and Bridges. The Contractor must supply all necessary materials, equipment and labour to complete the works to the required standards. All supplied equipment must be new unless otherwise agreed with the Authority. A Construction Phase Plan, risk assessments, method statements and all health and safety documentation must be provided in accordance with CDM Regulations. The Contractor will coordinate with the Authority and its design and traffic signal teams throughout delivery and will be expected to attend progress meetings, site inspections, testing sessions and handover activities. The Contractor must also provide all required as-built information, manuals, commissioning certificates, and warranty documentation. The estimated contract value and delivery timeline are indicative only and may be subject to change as the procurement progresses and further project information becomes available. Work scheduling must take account of local traffic sensitivities, including school holidays, peak periods and any restrictions on working during the summer season. The contract will be awarded under the NEC4 Engineering and Construction Short Contract. The Contractor must comply with all requirements for quality, safety, environmental responsibility and social value as set out by the Authority. Sustainability considerations, minimising disruption to road users, and efficient programme management will be essential to successful delivery.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232000",
                        "description": "Ancillary works for pipelines and cables"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "works",
        "aboveThreshold": false,
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2026-03-10T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "planned",
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-10T23:59:59Z"
        }
    },
    "language": "en"
}