PS-25-90 - Proposed Alterations and Extension at 136 Merrick Drive, Bellsbank (PRJ0013555)

Published: 30th April, 2025 Deadline: 23rd May, 2025
Description
Buyer:
Info:
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 7TNTimescale for construction work: 12 Working Weeks;
Industry:
Info Sheet

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

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

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


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-25-90 - Proposed Alterations and Extension at 136 Merrick Drive, Bellsbank (PRJ0013555)

II.1.2) Main CPV code

45262700

 

II.1.3) Type of contract

Works

II.1.4) Short description

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45210000

45211000

45211100

45211300

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

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

II.2.5) Award criteria

Criteria below:

Price

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

Duration in months: 4

This contract is subject to renewal: No

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:

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.

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 “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.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 23/05/2025

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

IV.2.7) Conditions for opening of tenders

Date: 23/05/2025

Local time: 12:00

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 ITT exercise. The Project code is 29123. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:797268)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

VI.5) Date of dispatch of this notice

30/04/2025