黑料社

Construction Tenders

03 April 2026

Related Information

Construction Contract Leads

Scotland

Category Works

Type Tender

No. of Lots 1

Status Active

Published 26th Mar 2026

Tender Details
Referenceocds-h6vhtk-067590
Common Procurement VocabularyBuilding extension work
Procurement MethodRestricted procedure
Value£29,000,000
« Previous Page

Scotland

Category Works

Type Tender

No. of Lots 1

Status Active

Published 26th Mar 2026

Tender Details
Referenceocds-h6vhtk-067590
Common Procurement VocabularyBuilding extension work
Procurement MethodRestricted procedure
Value£29,000,000

Section I: Contracting authority

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

Email

david.shields [at] east-ayrshire.gov.uk

Telephone

+44 1563554400

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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-26-14 - Refurbishment and Extension of Doon Academy, Dalmellington (PRJ0013696)

Reference number

PS-26-14 (PRJ0013696)

II.1.2) Main CPV code

  • 45262800 - Building extension work

II.1.3) Type of contract

Works

II.1.4) Short description

The Council is undertaking the refurbishment and extension of Doon Academy including the Leisure Centre under a Design and Build Contract.

The project aims to extend and modernise the existing facility while demolishing ageing and problematic areas of the school (namely the existing 2-storey block) which contain asbestos and aren鈥檛 economic to refurbish.

The anticipated construction value is 29m GBP (net construction costs).

The Contract Period is anticipated to be 148 calendar weeks; however, this will be confirmed at ITT stage.

II.1.5) Estimated total value

Value excluding VAT: 拢29,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45212100 - Construction work of leisure facilities
  • 45214200 - Construction work for school buildings
  • 45214220 - Secondary school construction work

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

The Council is undertaking the refurbishment and extension of Doon Academy including the Leisure Centre under a Design and Build Contract.

The project aims to extend and modernise the existing facility while demolishing ageing and problematic areas of the school (namely the existing 2-storey block) which contain asbestos and aren鈥檛 economic to refurbish.

The anticipated construction value is 29m GBP (net construction costs).

The Contract Period is anticipated to be 148 calendar weeks; however, this will be confirmed at ITT stage.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

Duration in months

34

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

For the purpose of this Contract, all Electrical Subcontractors (including the Main Contractor if appropriate) proposed to be used on this Project must have Registration with either 鈥楴ICEIC (Approved Contractor Scheme)鈥 or 鈥楽ELECT (Approved Certifier of Construction Scheme)鈥 or equivalent throughout the entire Contract period, and all Employees (including Employees of Electrical Subcontractors) must have appropriate trade certification.

For the purpose of this Contract, all Mechanical Subcontractors (including the Main Contractor if appropriate) proposed to be used on this Project must have Registration with either 鈥楬VCA (Member status)鈥 or 鈥楥IPHE (Member status)鈥 or equivalent throughout the entire Contract period, and all Employees of Mechanical Subcontractors must have appropriate trade certification.

For the purpose of this Contract, all Gas Sub-Contractors (including the Main Contractor if appropriate) must be on the current Capita Gas Safe Register of Gas Installers or equivalent at a commercial level throughout the entire Contract period. It is also required by the authorities that any operative employed to do gas work will have to be reported to Capita, and their fees paid as stipulated.

For the purpose of this Contract, the Asbestos removal Contractor proposed to be used on this Project must hold an Asbestos Removal Licence (issued by the HSE) throughout the entire Contract period, and all employees must have appropriate certification.

For the purpose of this contract the company which shall carry out the Solar Photovoltaic Installation must be on the current Microgeneration Certification Scheme (MCS) database of certified installers at the time of installation

III.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Standing

The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a 鈥淔ail鈥 and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.

Risk or Credit reports from other agencies will not be considered.

It is the Tenderers responsibility to ensure that all information held by Creditsafe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe scores are accurate by the due submission date.

Insurances

It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the insurances indicated below.

Public & Products Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.

Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.

Professional Indemnity Insurance = 10 million GBP in respect of each claim without limit to the number of claims, for 12 years from the date of practical completion of the Works.

Works insurance: Option A will apply (All Risks Insurance of the works by the Contractor).

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

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

Restricted procedure

IV.1.8) Information about the 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

1 May 2026

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

26 June 2026

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


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 invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 31467. For more information see:

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

n/a

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider

social benefits.

The successful tenderer will therefore be required to provide a range of opportunities for the wider Community including learning and

knowledge exchange in a variety of different formats to include (but not necessarily limited to):

- Work experience placements for older children of local Academies

- Employment opportunities for older children of local Academies, including internships

- Opportunities for sponsorship for individual students / groups and / or learning facilities and equipment

- Opportunities for Community Projects

- Competitions and Commissioning

- Consultation and engagement with local community

(SC Ref:827247)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Country

United Kingdom