Traffic Equipment Maintenance and Ancillary Support Services

A Tender Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
4 year
Value
7M
Sector
TRANSPORT
Published
25 Aug 2025
Delivery
15 Dec 2025 to 14 Dec 2029
Deadline
11 Sep 2025 12:00

Concepts

Location

City of Edinburgh Council

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

This contract is for the routine planned maintenance of Traffic Equipment including electrical and mechanical inspection and replacement of consumables.

Total Quantity or Scope

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 Options

2 x 12 months

Award Criteria

Full details in tender documentation 60.0
PRICE 40.0

CPV Codes

  • 50232200 - Traffic-signal maintenance services
  • 45316212 - Installation of traffic lights
  • 50232000 - Maintenance services of public-lighting installations and traffic lights

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=808096. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Full details are included in the tender documentation (SC Ref:808096) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=808096

Reference

Domains