Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
UK
Telephone: +44 3001230900
E-mail: Procurement@south-ayrshire.gov.uk
NUTS: UKM94
Internet address(es)
Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2) 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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=e1fa4510-7b34-4f92-987b-694094d2797a&_ncp=1776161342606.20120-1
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=e1fa4510-7b34-4f92-987b-694094d2797a&_ncp=1776161342606.20120-1
Tenders or requests to participate must be sent to the abovementioned address
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
Provision of a Forestry Services & Equipment Framework Agreement
Reference number: CE-104-25
II.1.2) Main CPV code
77200000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of a Forestry Services & Equipment Framework Agreement
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Hire of a Forestry Team
II.2.2) Additional CPV code(s)
03400000
16600000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
South Ayrshire Council has a requirement for the hire of an external, fully qualified Forestry Team to supplement their in-house provision
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
it is anticipated the renewal for any future generations of this Framework will be progressed circa late 2030
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Hire of Forestry Machinery with Operator
II.2.2) Additional CPV code(s)
03400000
77200000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
South Ayrshire Council has a requirement for the Hire of various Forestry Equipment with Operator.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
It is anticipated the renewal for any future generations of this Framework will be progressed Circa Late 2030
II.2.9) Information about the limits on the number of candidates to be invited
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
It is a requirement of this procurement that Tenderers hold, or
can commit to obtain, prior to the commencement of any
subsequently concluded Framework Agreement, the
accreditations/certifications indicated below:
Lot 1 – Hire of a Forestry Team
-Two (2) of the members must be fully qualified climbers
(Minimum NPTC cs30, cs31, cs38 and cs39 or equivalent)
- One (1) of the members must be a fully qualified groundsman
(Minimum NPTC cs30 and cs31)
- Three (3) of the members must be fully trained to operate
self-propelled Mobile Boom Machines (Minimum IPAF 1b &
3b)
- Current LOLER Certificates for Climbing Kits
Lot 2 – Hire of Forestry Machinery with Operator
- Training Records for Operatives
- LOLER Certificates for LOLER Certified Machinery
Evidence for this requirement will be requested at the “Request for
Documentation” Stage.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
30% Quality - 70% Price
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 2
Justification for any framework agreement duration exceeding 4 years: The duration of the contract will be one (1) year with the options to extend the Contract for a further four (4) periods of up to twelve (12) months at the sole discretion of the Council
IV.1.8) Information about 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:
29/05/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/05/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
it is anticipated the renewal for any future generations of this
Framework will be progressed circa late 2030
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
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 or regulation
8 of The Procurement (Scotland) Regulations 2016 .
Quality Control Requirements
Tenderers may be required to provide the following for Quality
Control requirements:
EITHER:
Option A) If a Tenderer’s organisation holds an UKAS (or equivalent)
accredited independent third party certificate of compliance in
accordance with
BS EN ISO 9001 (or equivalent) a copy of the certificate may be
requested.
OR
Option B) If a Tenderers organisation has a documented policy
regarding quality management, a copy of the policy may be
requested.
Guidance
The policy should set out your organisation's responsibilities for
quality management. Demonstrating that your organisation has and
continues to implement a quality management policy that is
authorised by the Chief Executive or equivalent and is periodically
reviewed at a senior management level. The policy should be
relevant to the nature and scale of the work to be undertaken and set
out responsibilities for quality management throughout the
organisation.
Quality Assurance/Health and Safety Requirements
Tenderers may be required to provide the following for Quality
Assurance/Health and Safety Requirements:
EITHER:
Option A) If a Tenderer’s organisation holds an UKAS (or equivalent),
accredited independent third party certificate of compliance in
accordance with BS OHSAS 18001(or equivalent), or if a Tenderers
organisation has, within the last twelve months, successfully met the
assessment requirements of a construction-related scheme in
registered membership of the Safety Schemes in Procurement
(SSIP) forum, then a copy of the certificate may be requested.
OR,
Option B) If a Tenderers organisation has a policy for health and
safety (H&S) management, then a copy of the policy may be
requested.
Guidance
Organisations with less than five employees are not required by law
to have a documented policy statement. The need to reduce
documentary requirements on micro businesses in particular will be
taken into account by the evaluation panel. Your policy should
provide evidence that your organisation has a H&S policy that is
endorsed by the chief executive officer and that it is regularly
reviewed. The policy should be relevant to the nature and scale of
the work and set out responsibilities for H&S management at all
levels within your organisation. Your policy should be relevant to the
nature and scale of your operations and set out your company's
responsibilities of health and safety management and compliance
with legislation.
Environmental Management Standards Requirements
Tenderers may be required to provide the following for Environmental
Management Requirements:
EITHER:
Option A) If a Tenderer’s organisation holds an UKAS (or equivalent)
accredited independent third party certificate of compliance with BS
EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent)
certificate, then a copy of the certificate may be requested
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30059. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the Procurement
Reform (Scotland) Act 2014 which applies to public contracts, to use
contracts to deliver wider social benefits such as:
- Targeted recruitment and training (providing
employment and training
opportunities/Apprenticeships)
- SME and social enterprise development
- Community engagement
As part of your tender response, Tenderers are requested to provide
an outline of all community benefits they can offer for this contract.
(SC Ref:829327)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
14/04/2026