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

Provision of Services for Events Framework Agreement

  • First published: 13 March 2026
  • Last modified: 13 March 2026
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
South Ayrshire Council
Authority ID:
AA20535
Publication date:
13 March 2026
Deadline date:
20 April 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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.4.1) Review body

Ayr Sheriff Court

Ayr

UK

VI.5) Date of dispatch of this notice

12/03/2026

Coding

Commodity categories

ID Title Parent category
34121000 Buses and coaches Motor vehicles for the transport of 10 or more persons
98351000 Car park management services Civic-amenity services
98351100 Car park services Car park management services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
79952000 Event services Exhibition, fair and congress organisation services
90920000 Facility related sanitation services Cleaning and sanitation services
75241000 Public security services Public security, law and order services
34923000 Road traffic-control equipment Road equipment
39522530 Tents Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods
63712700 Traffic control services Support services for road transport
63712710 Traffic monitoring services Support services for road transport

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:
Procurement@south-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.