Tender

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

  • East Ayrshire Council

F02: Contract notice

Notice identifier: 2026/S 000-011084

Procurement identifier (OCID): ocds-h6vhtk-064a6a

Published 6 February 2026, 3:33pm



Section one: Contracting authority

one.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

Contact

Lesley Robertson

Email

lesley.robertson@east-ayrshire.gov.uk

Telephone

+44 1563576000

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

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

Reference number

PS/25/145

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233229 - Verge maintenance work
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 77342000 - Hedge trimming
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance

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

two.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.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 13

Quality criterion - Name: Programme / Weighting: 13

Quality criterion - Name: Fair Work First / Weighting: 2

Quality criterion - Name: Community Benefits / Weighting: 2

Price - Weighting: 70

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 possibly 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

three.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 possibly 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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per the ITT documents.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 March 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

10 March 2026

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.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)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Country

United Kingdom