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
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
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
CE-187-25 Provision of Golf insurance
Reference number: CE-187-25
II.1.2) Main CPV code
66510000
II.1.3) Type of contract
Services
II.1.4) Short description
South Ayrshire Council has a requirement for a suitably experienced Insurance Broker / Underwriter to provide insurance cover for all persons permitted to play golf on South Ayrshire Councils golf courses.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66510000
66518100
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
South Ayrshire Council has a requirement for a suitably experienced Insurance Broker / Underwriter to provide insurance cover for all persons permitted to play golf on South Ayrshire Councils golf courses.
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 expected that any future renewals of this Contract will be progressed circa 2030/2031 (taking into account the contract
extensions).
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 awarded Contract the documents indicated below:
- Fair Value Assessment
Where applicable to the product, the Tenderer shall confirm that they
have conducted a value assessment within the previous 12-month
period and are able to identify and demonstrate that the product, and
where relevant the package, will provide fair value in the target market.
Evidence for this requirement, including a copy of your organisations
Value Assessment, 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
During the period of the Contract Agreement, the Service Provider
shall monitor and measure their performance against the Key
Performance Indicators (KPIs) detailed below:
Cost – Category Weight (20%)
Invoice Accuracy – 50%
Cost Reduction Initiatives – 50%
Quality – Category Weight (30%)
Fit for Purpose – 50%
Contract Outcome – 40%
Continual Improvement / Innovation – 10%
Service – Category Weight (40%)
Complaints – 15%
Communication – 30%
Management Information – 25%
Accuracy – 30%
Sustainability – Category Weight (10%)
Sustainable Processes – 50%
Community Benefits – 50%
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.1.8) 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:
26/01/2026
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:
26/01/2026
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 expected that any future renewals of this Contract will be
progressed circa 2030/2031 (taking into account the contract
extensions)
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 .
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30060. 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:
This procurement will include a Community Benefit requirement.
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:817973)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
09/12/2025