Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Aug 2025
Reference | ocds-h6vhtk-052aa2 |
Common Procurement Vocabulary | Traffic-signal maintenance services |
Procurement Method | Open procedure |
Value | £6,750,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 25th Aug 2025
Reference | ocds-h6vhtk-052aa2 |
Common Procurement Vocabulary | Traffic-signal maintenance services |
Procurement Method | Open procedure |
Value | £6,750,000 |
Section I: Contracting authority
I.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Graham Halliday
graham.halliday [at] edinburgh.gov.uk
Telephone
+44 1314693922
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Traffic Equipment Maintenance and Ancillary Support Services
Reference number
CT1621
II.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
This contract is for the routine planned maintenance of Traffic Equipment including electrical and mechanical inspection and replacement of consumables.
II.1.5) Estimated total value
Value excluding VAT: 拢6,750,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45316212 - Installation of traffic lights
- 50232000 - Maintenance services of public-lighting installations and traffic lights
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
City of Edinburgh Council
II.2.4) Description of the procurement
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鈥檚 (the Council) traffic signal infrastructure.
II.2.5) Award criteria
Quality criterion - Name: Full details in tender documentation / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 拢6,750,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 December 2025
End date
14 December 2029
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
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 鈥 Question 4B.1 - Tenderers are required to have a minimum 鈥済eneral鈥 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鈥檚 suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing 鈥 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鈥檚 current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer鈥檚 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鈥檚 suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing 鈥 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Please see additional information
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-029147
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
11 September 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
11 September 2025
Local time
12:00pm
Place
Edinburgh
Information about authorised persons and opening procedure
Council Officers
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2029
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Part IV: Selection criteria - C: Technical and Professional Ability 鈥 Prompt Payment 鈥 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 鈥 Living Wage Payment 鈥 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 鈥 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鈥檚 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鈥檚 suitability to proceed in the competition.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management 鈥 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 .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
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:
Community benefits are included in this requirement. For more information see:
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:
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.