色猫直播 Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 8th Apr 2025
Reference | ocds-h6vhtk-04fe9f |
Common Procurement Vocabulary | Traffic-signal maintenance services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 8th Apr 2025
Reference | ocds-h6vhtk-04fe9f |
Common Procurement Vocabulary | Traffic-signal maintenance services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
lesley.robertson [at] east-ayrshire.gov.uk
Telephone
+44 1563576000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
Buyer's address
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
procurement [at] North-Ayrshire.gov.uk
Telephone
+44 1294310000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract involves joint procurement
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
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
All Ayrshire Traffic Signal Maintenance
Reference number
PS/24/42
II.1.2) Main CPV code
- 50232200 - Traffic-signal maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
Traffic Signal Maintenance in East, South and North Ayrshire Council areas, on behalf of Ayrshire Roads Alliance and North Ayrshire Council.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM94 - South Ayrshire
II.2.4) Description of the procurement
Maintenance of Traffic Signal Equipment throughout North Ayrshire, East Ayrshire and South Ayrshire.
II.2.5) Award criteria
Quality criterion - Name: Ability to Fulfil Service & Ongoing Contract Management / Weighting: 10
Quality criterion - Name: Fault Management System / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two one year extension options available at the sole discretion of the Council.
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
Bidders will be required to have a minimum 'general' yearly turnover of 220,000 GBP for the last 3 years.
The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a 鈥淔ail鈥 and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Risk or Credit reports from other agencies will not be considered.
It is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.
Minimum level(s) of standards possibly required
Bidders must confirm that they already have or can commit to obtaining, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employers Liability Insurance: GBP 10 million (in respect of each claim, without limit to the number of claims)
Professional Indemnity Insurance: GBP 2 million (in respect of each and every claim without limit to the number of claims, for 6 years from the date of contract completion)
Public Liability Insurance: GBP 5 million (in respect of each claim, without limit to the number of claims)
Products Liability Insurance: GBP 5 million (in the aggregate)
Other Insurance:
Contract Works Insurance (Loss or Damage to Works): Contract Value plus 50 percent
Motor Vehicle Insurance (Amount to be determined by the Service Provider)
Goods in Transit Insurance (Amount to be determined by the Service Provider)
III.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers are required to hold the mandatory Qualifications for the duration of the contract and any extensions thereof:
New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications.
While electrical works are being carried out on site, the Service Provider must ensure that all persons engaged in electrical work can demonstrate that they have the necessary competencies, skills, training and experience to carry out the works in a safe and efficient manner, holding an Electrotechnical Certification Scheme (ECS) Card recognised by either the Joint Industry Board (JIB) or Scottish Joint Industry Board (SJIB).
The Service Provider must ensure that all persons working in the vicinity of Distribution Network Operator (DNO) equipment hold certification in accordance with the G39 Model Code of Practice for Electrical Safety in the planning, installation, commissioning and maintenance of public lighting and other street furniture Issue 2 2013 published by the Energy Networks Association or any amendment thereto.
The Service Provider must ensure that any Operatives involved in operating Mobile Elevating Work Platforms (MEWPs) must hold International Powered Access Federation (IPAF) or equivalent training certificates.
Any Operatives involved in electrical testing and inspection must have recognised BS7671 18th Edition qualification.
All Certification should be provided with the tender response.
Bidders will be required to provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Traffic Signal Maintenance Services for all Department for Transport (DfT) Approved Equipment. Examples should be from within the last 3 years and be of a similar scale, scope and size to this requirement. Bidders must provide contact details of referees for each experience example. Referees may be contacted to discuss the contract and the performance of the Service Provider. Any Service Provider which fails to have performed satisfactorily in the experience example may be excluded from the tender process.
Minimum level(s) of standards possibly required
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent), OR
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
Health & Safety Procedures
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
Environmental Management Standards
1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. An Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
Please refer to attached document within PCS-T, at Questions 1.74.1 and 1.76.1 of SPD for further 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.2.2) Time limit for receipt of tenders or requests to participate
Date
9 May 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
9 May 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Around 6 months prior to contract end.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28294. 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:
Community Benefits are a minimum condition of this tender and will be included as scored criteria.
(SC Ref:793107)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Country
United Kingdom