Sign up to see more, it only takes 60 seconds!
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
UK
Contact person: David Shields
Telephone: +44 1563576000
E-mail: david.shields@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
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
Regional or local authority
General public services
PS-25-90 - Proposed Alterations and Extension at 136 Merrick Drive, Bellsbank (PRJ0013555)
45262700
Works
Name: Proposed Alterations and Extension to 136 Merrick Drive, Dalmellington.
Nature: Works consist of the construction of an extension containing a bedroom and wet room with hoist to the rear of the existing building. There is to be some minor alteration works within the existing building such as redecoration and the formation of openings in the existing external walls to form doorways to the new extension.
Location: 136 Merrick Drive, Bellsbank, KA6 7TN
Timescale for construction work: 12 Working Weeks
This contract is divided into lots: No
45210000
45211000
45211100
45211300
NUTS code:
UKM93
Name: Proposed Alterations and Extension to 136 Merrick Drive, Dalmellington.
Nature: Works consist of the construction of an extension containing a bedroom and wet room with hoist to the rear of the existing building. There is to be some minor alteration works within the existing building such as redecoration and the formation of openings in the existing external walls to form doorways to the new extension.
Location: 136 Merrick Drive, Bellsbank, KA6 7TN
Timescale for construction work: 12 Working Weeks
Criteria below:
Price
Duration in months: 4
This contract is subject to renewal: No
Variants will be accepted: No
Options: No
The procurement is related to a project and/or programme financed by European Union funds: No
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 ‘NICEIC (Approved Contractor Scheme)’ or ‘SELECT (Approved Certifier of Construction Scheme)’ 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 ‘B&ES Association (Member status)’ or ‘CIPHE (Member status)’ 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 at a commercial level throughout the entire Contract period.
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 “Fail” 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 = 2 million GBP for 6 years from the date of practical completion of the Works in respect of each claim or series of claims arising out of one event, without limit to the number of claims.
Selection criteria as stated in the procurement documents
Open procedure
The procurement is covered by the Government Procurement Agreement: Yes
Date: 23/05/2025
Local time: 12:00
EN
Duration in months: 3 (from the date stated for receipt of tender)
Date: 23/05/2025
Local time: 12:00
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29123. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:797268)
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
30/04/2025