Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PS/25/145 - Rural Grass Cutting and Urban & Rural Herbicide Application including Litter Picking

  • First published: 07 February 2026
  • Last modified: 07 February 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
East Ayrshire Council
Authority ID:
AA20168
Publication date:
07 February 2026
Deadline date:
10 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contract requires the successful tenderer to carry out rural grass cutting, urban and rural herbicide application and litter picking, as set out in the Contract Document, throughout the East Ayrshire Council Area.

The successful Contractor will also be requested to carry out additional ad-hoc work in the form of scrub clearance, minor tree felling and the cutting of areas of grass. This work will be required throughout the Ayrshire Roads Alliance in both East Ayrshire and South Ayrshire Council areas.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Contact person: Lesley Robertson

Telephone: +44 1563576000

E-mail: lesley.robertson@east-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.east-ayrshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


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


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

PS/25/145 - Rural Grass Cutting and Urban & Rural Herbicide Application including Litter Picking

Reference number: PS/25/145

II.1.2) Main CPV code

77314000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contract requires the successful tenderer to carry out rural grass cutting, urban and rural herbicide application and litter picking, as set out in the Contract Document, throughout the East Ayrshire Council Area.

The successful Contractor will also be requested to carry out additional ad-hoc work in the form of scrub clearance, minor tree felling and the cutting of areas of grass. This work will be required throughout the Ayrshire Roads Alliance in both East Ayrshire and South Ayrshire Council areas.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45233229

90511300

77314100

77342000

77314000

II.2.3) Place of performance

NUTS code:

UKM93


Main site or place of performance:

East Ayrshire. However some ad-hoc services may also be required in South Ayrshire.

II.2.4) Description of the procurement

The Contract requires the successful tenderer to carry out rural grass cutting, urban and rural herbicide application and litter picking, as set out in the Contract Document, throughout the East Ayrshire Council Area.

The successful Contractor will also be requested to carry out additional ad-hoc work in the form of scrub clearance, minor tree felling and the cutting of areas of grass. This work will be required throughout the Ayrshire Roads Alliance in both East Ayrshire and South Ayrshire Council areas.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology / Weighting: 13

Quality criterion: Programme / Weighting: 13

Quality criterion: Fair Work First / Weighting: 2

Quality criterion: Community Benefits / Weighting: 2

Price / Weighting:  70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The contract is for an initial period of 12 months, with the option to extend for a further period of 12 months at the sole discretion of East Ayrshire Council.

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: Yes

Description of options:

The contract allows for any associated services to be undertaken for the duration of the contract at the agreed rates.

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 Requirement will be required to provide their General yearly turnover for the previous 3 years.

Tenderers shall note that the Council shall take cognisance of the financial integrity of the Tenderer.

The Council may commission an independent third party Risk Report from Credit Safe using the Company Registration number supplied by the Tenderer and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. Risk or Credit reports from other agencies will not be considered. It is the Tenderers responsibility to ensure that all information held by Credit Safe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Credit Safe scores are accurate by the due submission date.


Minimum level(s) of standards required:

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer's (Compulsory) Liability: 10 million GBP

Public Liability: 5 million GBP

Product Liability: 5 million GBP

Motor Vehicle Insurance: To be determined by the Contractor

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders should provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Grass Cutting and Rural and Urban Herbicide Application including Litter Picking.

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 who fails to have performed satisfactorily in the 2 experience examples may be excluded from the tender process.

Bidders will be required to confirm they they have the following relevant qualifications:

All Operatives are required to be trained to Pesticides PA1, PA6 (or equivalent) for hand held applications and PA2 (or equivalent) standard for quad bike / tractor applications.

The Contractor should also hold a BASIS Certificate (or equivalent) for the main chemical store and for providing advice on chemical usage.

Qualifications shall be held for the duration of the Contract and any extension thereof.


Minimum level(s) of standards required:

Quality Management Requirements

1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

2. The bidder must have a documented policy regarding quality management.

Health and Safety Requirements

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN 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,

The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management. Bidders that do not hold the relevant Heath and Safety Accreditation BS EN 45001 (or equivalent) must download, complete and return EAC'S Health and Safety Questionnaire.

Environmental Management Requirements

1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

The bidder must have the following a regularly reviewed documented policy regarding environmental management.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per the ITT documents.

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: 10/03/2026

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: 10/03/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 31028. 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 tender process will follow the Mandatory Route and Community Benefits are included as scored criteria.

(SC Ref:822058)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

VI.5) Date of dispatch of this notice

06/02/2026

Coding

Commodity categories

ID Title Parent category
77314100 Grassing services Grounds maintenance services
77314000 Grounds maintenance services Planting and maintenance services of green areas
77342000 Hedge trimming Tree pruning and hedge trimming
90511300 Litter collection services Refuse collection services
45233229 Verge maintenance work Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lesley.robertson@east-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.