Traffic Equipment Maintenance and Ancillary Support Services

A Contract Award Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
4 year (est.)
Value
£7M
Sector
TRANSPORT
Published
19 Feb 2026
Delivery
15 Dec 2025 to 14 Dec 2029 (est.)
Deadline
n/a

Related Terms

Location

City of Edinburgh Council

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

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.

Award Detail

1 Yunex (Poole)
  • Reference: ct1621
  • Num offers: 2
  • Value: £6,750,000

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

  • 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. (SC Ref:824160)

Reference

  • FTS 015049-2026

Domains