Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 10th Dec 2025
| Reference | ocds-h6vhtk-05f31d |
| Common Procurement Vocabulary | Construction work for warehouses and industrial buildings |
| Procurement Method | Restricted procedure |
| Value | £14,700,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 10th Dec 2025
| Reference | ocds-h6vhtk-05f31d |
| Common Procurement Vocabulary | Construction work for warehouses and industrial buildings |
| Procurement Method | Restricted procedure |
| Value | £14,700,000 |
Section I: Contracting authority
I.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
Contact
David Shields
david.shields [at] 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
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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
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-25-251 - Ayrshire Innovation Park, Phase 3 鈥 萝莉原创 of Industrial Units (PRJ0013527)
II.1.2) Main CPV code
- 45213200 - 萝莉原创 work for warehouses and industrial buildings
II.1.3) Type of contract
Works
II.1.4) Short description
The Ayrshire Engineering Park (AEP) project will contribute towards meeting current demand for new industrial space within East Ayrshire and Ayrshire, where there is a lack of high quality sites and premises that support the growth ambitions of a number of local Ayrshire companies.
This Phase (3) will comprise the construction of a range of different sized shell Industrial Units B1, B2, B3, B4 and B5 with associated parking, service yards and landscape elements. These works will be delivered by separate contract under a Design & Build procurement approach and are anticipated to be undertaken concurrently with the works associated with Phases 2.
II.1.5) Estimated total value
Value excluding VAT: 拢14,700,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45213000 - 萝莉原创 work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45213200 - 萝莉原创 work for warehouses and industrial buildings
- 45213250 - 萝莉原创 work for industrial buildings
- 45213251 - Industrial units construction work
- 45210000 - Building construction work
- 45000000 - 萝莉原创 work
II.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
II.2.4) Description of the procurement
The Ayrshire Engineering Park (AEP) project will contribute towards meeting current demand for new industrial space within East Ayrshire and Ayrshire, where there is a lack of high quality sites and premises that support the growth ambitions of a number of local Ayrshire companies.
This Phase (3) will comprise the construction of a range of different sized shell Industrial Units B1, B2, B3, B4 and B5 with associated parking, service yards and landscape elements. These works will be delivered by separate contract under a Design & Build procurement approach and are anticipated to be undertaken concurrently with the works associated with Phases 2.
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
12
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 萝莉原创 Scheme)鈥 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 鈥楤&ES Association (Member status)鈥 or 鈥楥IPHE (Member status)鈥 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. 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 company which will carry out the Solar Photovoltaic installation must be on the current Microgeneration Certification Scheme (MCS) database of certified installers at the time of installation. It is also required by the Authority
that all microgeneration products used are MCS certified to ensure that the installation qualifies for the Feed-in Tariff (FiTs) and that all MCS Certification is passed to the Employers Agent as part of the handover process.
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
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
30 January 2026
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 March 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 30794. 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:818188)
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
