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
Provision of Services for Events Framework Agreement
Reference number: CE-03-26
II.1.2) Main CPV code
79952000
II.1.3) Type of contract
Services
II.1.4) Short description
South Ayrshire Council (the Council) has a requirement to establish a Multi-Provider,
Multi-Lot Framework Agreement for various Event Services and Equipment as
outlined below:
- Lot 1 - Provision of Security Services
- Lot 2 - Provision of Site Technical Equipment
- Lot 3 - Provision of Site Crew & Event Infrastructure
- Lot 4 - Provision of Sanitation Facilities
- Lot 5 - Supply, Delivery and Installation of Generators & Lighting Towers
- Lot 6 - Supply and Installation of Marquees
- Lot 7 - Provision of Bus Transport
- Lot 8 - Provision of Traffic Management Equipment
- Lot 9 - Traffic Management Consultancy Services
- Lot 10 – Car Park Management
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
Provision of Security Services
II.2.2) Additional CPV code(s)
75241000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Planning and delivery of professional event security services to ensure the safety of attendees, staff, performers and assets. Services may include stewarding, crowd management, access control, overnight security, emergency response support and liaison with partners as required.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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
Provision of Site Technical Equipment
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Supply, installation, operation and decommissioning of technical equipment required to support events. This may include staging, sound, lighting, audiovisual systems and associated technical infrastructure necessary to deliver safe and effective event production.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 3
II.2.1) Title
Provision of Site Crew & Event Infrastructure
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Provision of skilled event crew to support event build, operation and breakdown, together with temporary event infrastructure. This may include fencing, barriers, trackway, signage, staging structures and other physical elements required to make an event operational.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 4
II.2.1) Title
Provision of Sanitation Facilities
II.2.2) Additional CPV code(s)
90900000
90920000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Supply, servicing and removal of temporary sanitation facilities suitable for public events. This may include standard and accessible toilets, handwashing units, waste tanks and cleaning services, sized appropriately to event attendance and duration.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 5
II.2.1) Title
Supply, Delivery and Installation of Generators & Lighting Towers
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Provision of temporary power and lighting solutions for events, including generators, fuel management and lighting towers, including delivery, installation, operation, monitoring and removal, ensuring continuity of power and adequate illumination across event sites.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 6
II.2.1) Title
Supply and Installation of Marquees
II.2.2) Additional CPV code(s)
39522530
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Supply, build and dismantling of temporary marquee structures for a variety of event uses. This may include small and large marquees, clear-span structures, flooring, internal fittings and weatherproofing solutions to meet operational, and audience needs.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 7
II.2.1) Title
Provision of Bus Transport
II.2.2) Additional CPV code(s)
34121000
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Provision of bus and coach services to support event transport requirements. This may include shuttle services, park-and-ride operations, staff transport and contingency transport arrangements to manage visitor flow and accessibility.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 8
II.2.1) Title
Provision of Traffic Management Equipment
II.2.2) Additional CPV code(s)
34923000
63712700
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Supply, installation, maintenance and removal of temporary traffic management equipment. This may include cones, barriers, signage, temporary road markings and variable message signs to support safe and compliant traffic arrangements around event sites.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 9
II.2.1) Title
Traffic Management Consultancy Services
II.2.2) Additional CPV code(s)
34923000
63712700
63712710
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Provision of specialist traffic management consultancy services. This may include traffic management planning, road closure applications, liaison with roads authorities and emergency services, risk assessments and on-site monitoring to ensure compliance with legislation and best practice.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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: 10
II.2.1) Title
Car Park Management
II.2.2) Additional CPV code(s)
98351000
98351100
II.2.3) Place of performance
NUTS code:
UKM94
II.2.4) Description of the procurement
Management and operation of temporary or permanent event car parks. Services may include layout planning, staffing, vehicle marshalling, payment or ticket checks, accessibility arrangements and coordination with wider traffic and transport plans.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
January 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 indicated below:
Lot 1 – Provision of Security Services
All personnel undertaking licensable activities must hold a valid and in-date Security
Industry Authority (SIA) licence appropriate to the duties being performed. As part of
the Service Provider’s recruitment and vetting processes, all personnel deployed
under this Framework must hold, as a minimum, a Level 1 basic disclosure.
Lot 8 – Traffic Management ONLY:
Traffic Management Operatives: All staff must be appropriately qualified for their roles.
Minimum accepted certification (must hold at least one):
- NRSWA Operative Card (Unit 2)
- NHSS 12 T1/T2
- SIA Accreditation (for roles involving access control/security)
Traffic Liaison Officer (TLO): A senior TM staff member responsible for operational
delivery, communication with the Event Control Room, and real-time TM coordination.
Minimum qualification (must hold at least one):
- NHSS 12 T1–T7
- NRSWA Supervisor Card
- ACT Certification (desirable)
Lot 10 – Traffic Management Consultant ONLY:
Road Type Qualifications
Roads other than Dual
Carriageways with a speed limit
of greater than 40 miles (Safety
at Street Works and Road Works
Code of Practice)
NRSWA Street Work
Qualifications
Register (Operatives)
O1 – signing, lighting
and guarding
LA - location and
avoidance of
underground
apparatus
NRSWA Street Work
Qualifications
Register
(Supervisors)
S1 - monitoring of
signing, lighting and
guarding
LA - location and
avoidance of
underground
apparatus
Dual Carriageways with a speed
limit greater than 40 mph
(Chapter 8 of the Traffic Signs
Manual)
National Highway Sector Scheme 12A, 12B or
12C.
The Qualifications for road other than Dual Carriageways with a speed limit greater
than 40 miles are prescribed under Section 61(B) of the Roads (Scotland) Act 1984
and the Road Works (Reinstatement Quality Plans, Qualifications of Supervisors and
Operatives and Miscellaneous Amendments) (Scotland) Regulations 2023
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
70% Quality - 30% 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.
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:
20/04/2026
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:
20/04/2026
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:
January 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31245. 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:826378)
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
12/03/2026