Notice Information
Notice Title
PS/24/25 4G Roads Minor Works Framework Contract
Notice Description
The scope of the Framework Contract is to employ Contractors to carry out work within the limits of each of the four participating Client's boundaries, to assist the Client's works organisation at time of high workload. These works may include all aspects of road maintenance within the road network including street lighting installation, bridge and/or other structures works and ground works within parks, housing, schools, cemeteries, etc, (as detailed in the individual Work Orders). The works may also comprise new minor civils work.
Lot Information
Lot 1
The scope of the Framework Contract is to employ Contractors to carry out work within the limits of each of the four participating Client's boundaries, to assist the Client's works organisation at time of high workload. These works may include all aspects of road maintenance within the road network including street lighting installation, bridge and/or other structures works and ground works within parks, housing, schools, cemeteries, etc, (as detailed in the individual Work Orders). The works may also comprise new minor civils work. The works will be carried out on a Work Order basis with Work Orders varying in value up to 250,000GBP. Any Work Order with a value between 250,000GBP and 500,000GBP may, at the discretion of the issuing authority either be issued through the Framework or be procured as a discrete scheme out with the Framework Contract. Any works with a value greater than 500,000GBP will be procured out with the Framework Contract. There is no guarantee of the actual expenditure under this Contract. Additional information: Tenderers may bid for any combination of the geographical areas (East Ayrshire, North Ayrshire, South Ayrshire and West Lothian) wholly at their discretion. Tenderers are not required to bid for every item in the Schedule of Items, only those works they can undertake.
Options: Any additional works may be instructed that is related to the site or the works.
Renewal: Contract duration is 2 years with the option to extend annually for a further 2 years. The maximum end date (including any extensions) is 30/09/2028.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046998
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031578-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
43 - Machinery for mining, quarrying, construction equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
34922100 - Road markings
34928110 - Road barriers
43312400 - Road rollers
44113000 - Road-construction materials
44113140 - Roadstone
44113700 - Road-repair materials
44113800 - Road-surfacing materials
44113900 - Road-maintenance materials
45221111 - Road bridge construction work
45233120 - Road construction works
45233121 - Main road construction works
45233125 - Road junction construction work
45233139 - Highway maintenance work
45233140 - Roadworks
45233141 - Road-maintenance works
45233142 - Road-repair works
45233210 - Surface work for highways
45233220 - Surface work for roads
45233221 - Road-surface painting work
45233226 - Access road construction work
45233227 - Slip road construction work
45233280 - Erection of road-barriers
45233290 - Installation of road signs
45233294 - Installation of road signals
45233300 - Foundation work for highways, roads, streets and footpaths
45233310 - Foundation work for highways
45316110 - Installation of road lighting equipment
Notice Value(s)
- Tender Value
- £85,000,000 £10M-£100M
- Lots Value
- £85,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £85,000,000 £10M-£100M
Notice Dates
- Publication Date
- 2 Oct 20241 years ago
- Submission Deadline
- 1 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 26 Sep 20241 years ago
- Contract Period
- 30 Sep 2024 - 30 Sep 2028 4-5 years
- Recurrence
- Around 6 months prior to contract end.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST AYRSHIRE COUNCIL
- Additional Buyers
- Contact Name
- Lisa Sneddon
- Contact Email
- cpu@westlothian.gov.uk, lisa.sneddon@east-ayrshire.gov.uk, procurement@north-ayrshire.gov.uk, procurement@south-ayrshire.gov.uk
- Contact Phone
- +44 1294310000, +44 1506281814, +44 1563576000, +44 3001230900
Buyer Location
- Locality
- KILMARNOCK
- Postcode
- KA3 7BU
- Post Town
- Kilmarnock
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM94 South Ayrshire
- Delivery Location
- TLM93 North Ayrshire and East Ayrshire
-
- Local Authority
- South Ayrshire
- Electoral Ward
- Ayr West
- Westminster Constituency
- Ayr, Carrick and Cumnock
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-046998-2024-10-02T16:01:24+01:00",
"date": "2024-10-02T16:01:24+01:00",
"ocid": "ocds-h6vhtk-046998",
"description": "There shall be no guarantee to the level of spend over the term of this Framework Contract. East Ayrshire Council shall lead the tendering process on behalf of North Ayrshire Council, South Ayrshire Council and West Lothian Council. (SC Ref:779510)",
"initiationType": "tender",
"tender": {
"id": "PS/24/25",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PS/24/25 4G Roads Minor Works Framework Contract",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
"mainProcurementCategory": "works",
"description": "The scope of the Framework Contract is to employ Contractors to carry out work within the limits of each of the four participating Client's boundaries, to assist the Client's works organisation at time of high workload. These works may include all aspects of road maintenance within the road network including street lighting installation, bridge and/or other structures works and ground works within parks, housing, schools, cemeteries, etc, (as detailed in the individual Work Orders). The works may also comprise new minor civils work.",
"value": {
"amount": 85000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The scope of the Framework Contract is to employ Contractors to carry out work within the limits of each of the four participating Client's boundaries, to assist the Client's works organisation at time of high workload. These works may include all aspects of road maintenance within the road network including street lighting installation, bridge and/or other structures works and ground works within parks, housing, schools, cemeteries, etc, (as detailed in the individual Work Orders). The works may also comprise new minor civils work. The works will be carried out on a Work Order basis with Work Orders varying in value up to 250,000GBP. Any Work Order with a value between 250,000GBP and 500,000GBP may, at the discretion of the issuing authority either be issued through the Framework or be procured as a discrete scheme out with the Framework Contract. Any works with a value greater than 500,000GBP will be procured out with the Framework Contract. There is no guarantee of the actual expenditure under this Contract. Additional information: Tenderers may bid for any combination of the geographical areas (East Ayrshire, North Ayrshire, South Ayrshire and West Lothian) wholly at their discretion. Tenderers are not required to bid for every item in the Schedule of Items, only those works they can undertake.",
"value": {
"amount": 85000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-10-01T00:00:00+01:00",
"endDate": "2028-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Contract duration is 2 years with the option to extend annually for a further 2 years. The maximum end date (including any extensions) is 30/09/2028."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Any additional works may be instructed that is related to the site or the works."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Work Order Management",
"type": "quality",
"description": "30"
},
{
"name": "Works Programming and Legislation Compliance",
"type": "quality",
"description": "30"
},
{
"name": "Performance and Complaints Management",
"type": "quality",
"description": "20"
},
{
"name": "General Resources",
"type": "quality",
"description": "10"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "0"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"scheme": "CPV",
"id": "45233300",
"description": "Foundation work for highways, roads, streets and footpaths"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "44113000",
"description": "Road-construction materials"
},
{
"scheme": "CPV",
"id": "44113140",
"description": "Roadstone"
},
{
"scheme": "CPV",
"id": "43312400",
"description": "Road rollers"
},
{
"scheme": "CPV",
"id": "44113700",
"description": "Road-repair materials"
},
{
"scheme": "CPV",
"id": "44113800",
"description": "Road-surfacing materials"
},
{
"scheme": "CPV",
"id": "44113900",
"description": "Road-maintenance materials"
},
{
"scheme": "CPV",
"id": "45221111",
"description": "Road bridge construction work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233125",
"description": "Road junction construction work"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233221",
"description": "Road-surface painting work"
},
{
"scheme": "CPV",
"id": "45233226",
"description": "Access road construction work"
},
{
"scheme": "CPV",
"id": "45233227",
"description": "Slip road construction work"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233290",
"description": "Installation of road signs"
},
{
"scheme": "CPV",
"id": "45233294",
"description": "Installation of road signals"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"deliveryLocation": {
"description": "East Ayrshire, North Ayrshire including the Islands of Arran and Great Cumbrae, South Ayrshire and West Lothian."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent), OR 2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. The quality manual must include documented procedures for: -Arrangements for monitoring quality management on an ongoing basis; -Regularly reviewing, correcting and improving quality performance -Ensuring that quality management is effective in reducing / preventing incidents of sub-standard delivery -Providing workforce with appropriate quality related training -Dealing with complaints and implementing corrective measures. Environmental Management Standards 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. A Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. The Environmental manual must include documented procedures for; -ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment; -providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties; -checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties; -checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals; -dealing with waste (e.g. waste management plans, waste segregation, recycling etc.); -ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Bidders will be required to provide their \"general\" yearly turnover for the last THREE years. In addition, 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 Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10million GBP http://www.hse.gov.uk/pubns/hse40.pdf",
"minimum": "Public/Products Liability Insurance = 5million GBP Contract Works Insurance - The value of the Work Order plus 50 percent Loss or damage to plant, equipment and materials for incorporation therein - Value to be determined by the Contractor. Liability for Non-negligent damage due to piling, Vibration, Removal or Weakening of support, Raising or lowering of Ground water - Additional Joint names protection arranged by the Contractor in the Joint Names of the Contractor and the Client. Professional Indemnity Insurance - 2million GBP (Only required if offering Design Services or Professional Advice at Work Order Level) Motor Vehicle Insurance - Level to be determined by the Contractor Goods in Transit Insurance - Level to be determined by the Contractor Bidders are required to successfully complete the Insurance Questionnaire Volume 1B.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderers are required to hold the mandatory Qualifications for the duration of the Framework Contract and any extensions thereof: New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications. Tenderers that provide rates for any item associated with the Schemes below shall be required to hold the mandatory Sector Scheme certification for the duration of the Framework Contract and any extensions thereof. The relevant National Highways Sector Schemes applicable to this Framework Contract listed in Volume 1 Appendix A of the Specification for Highway Works are: Sector Scheme 7, 10B, 12A/B and 12C. Tenderers that provide rates for any item associated with Street Lighting / Working at Heights shall be required to hold the mandatory certification for the duration of the Framework Contract and any extensions thereof: - While electrical works are being undertaken on site, the Contractor must have at least one person on site at all times who is a qualified electrician holding either a Joint Industry Board (JIB) / Scottish Joint Industry Board (SJIB) or a Construction Skills Certification Scheme (CSCS) Electrotechnical Certification Scheme (ECS) card or equivalent. - Electricians employed on site by the Contractor must hold certification in accordance with the G39 Model Code of Practice for Electrical Safety in the planning, installation, commissioning and maintenance of public lighting and other street furniture Issue 2 2013 published by the Energy Networks Association or any amendment thereto. - The Contractor must ensure that Operatives engaged in operating Mobile Elevating Work Platforms (MEWPs) on site hold International Powered Access Federation (IPAF) or equivalent training certificates. All certification should be provided with the tender response.",
"minimum": "Bidders will be required to provide 2 example of Works carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope. Bidders must provide contact details of referees for the experience example. Referees may be contacted to discuss the contract and the performance of the Contractor. Any Contractor which fails to have performed satisfactorily in the experience example may be excluded from the tender process.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "See Contract Documents for Performance Appraisal in contract document Volume 1, Appendix E.",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-07-01T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-10-29T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2024-07-01T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-07-01T12:00:00+01:00"
},
"hasRecurrence": true,
"recurrence": {
"description": "Around 6 months prior to contract end."
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-07-01T12:00:00+01:00"
},
"newValue": {
"date": "2024-07-08T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
],
"description": "As per bidders request to extend tender deadline."
}
]
},
"parties": [
{
"id": "GB-FTS-2556",
"name": "East Ayrshire Council",
"identifier": {
"legalName": "East Ayrshire Council"
},
"address": {
"streetAddress": "Corporate Procurement Team, London Road HQ",
"locality": "Kilmarnock",
"region": "UKM93",
"postalCode": "KA3 7BU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Lisa Sneddon",
"telephone": "+44 1563576000",
"email": "Lisa.Sneddon@east-ayrshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.east-ayrshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1335",
"name": "West Lothian Council",
"identifier": {
"legalName": "West Lothian Council"
},
"address": {
"streetAddress": "West Lothian Civic Centre, Howden South Road",
"locality": "Livingston",
"region": "UKM78",
"postalCode": "EH54 6FF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1506281814",
"email": "cpu@westlothian.gov.uk",
"faxNumber": "+44 1506281325"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.westlothian.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140"
}
},
{
"id": "GB-FTS-1083",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House, Friars Croft",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1294310000",
"email": "procurement@North-Ayrshire.gov.uk",
"faxNumber": "+44 1506281325"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.north-ayrshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337"
}
},
{
"id": "GB-FTS-4854",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "County Buildings, Wellington Square",
"locality": "Ayr",
"region": "UKM94",
"postalCode": "KA7 1DR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3001230900",
"email": "procurement@south-ayrshire.gov.uk",
"faxNumber": "+44 1506281325"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.south-ayrshire.gov.uk/procurement/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405"
}
},
{
"id": "GB-FTS-4006",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, St Marnock Street",
"locality": "Kilmarnock",
"postalCode": "KA1 1ED",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-125749",
"name": "Acre Industrial Services Ltd",
"identifier": {
"legalName": "Acre Industrial Services Ltd"
},
"address": {
"streetAddress": "Fulwood Estate, Moss Road",
"locality": "Houston",
"region": "UK",
"postalCode": "PA6 7BJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125750",
"name": "Apex Traffic Management Ltd",
"identifier": {
"legalName": "Apex Traffic Management Ltd"
},
"address": {
"streetAddress": "23 Fairfield Place",
"locality": "East Kilbride",
"region": "UKM95",
"postalCode": "GG745LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-88721",
"name": "Armitage Groundworks Ltd",
"identifier": {
"legalName": "Armitage Groundworks Ltd"
},
"address": {
"streetAddress": "Home Farm, Brodick",
"locality": "Isle of Arran",
"region": "UKM93",
"postalCode": "KA27 8DD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125751",
"name": "Cairn Construction Ltd",
"identifier": {
"legalName": "Cairn Construction Ltd"
},
"address": {
"streetAddress": "7 Stanley Drive, Brookfield",
"locality": "Johnstone",
"region": "UK",
"postalCode": "PA5 8UF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30868",
"name": "Central Traffic Management Ltd",
"identifier": {
"legalName": "Central Traffic Management Ltd"
},
"address": {
"streetAddress": "101 Bandeath Industrial Estate, Throsk",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK7 7NP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-61590",
"name": "Centregreat Ltd",
"identifier": {
"legalName": "Centregreat Ltd"
},
"address": {
"streetAddress": "2 Callander Rd",
"locality": "Ayr",
"region": "UK",
"postalCode": "KA8 9AF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30903",
"name": "Crummock Surfacing Ltd",
"identifier": {
"legalName": "Crummock Surfacing Ltd"
},
"address": {
"streetAddress": "EH20 Business Centre, 6 Dryden Road, Bilston Glen Ind. Estate",
"locality": "Loanhead",
"region": "UKM73",
"postalCode": "EH20 9LZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125752",
"name": "DAMM Environmental",
"identifier": {
"legalName": "DAMM Environmental"
},
"address": {
"streetAddress": "5 Seaforth Road North, Hillington Park",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G52 4JQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125753",
"name": "Geo-Rope LTD",
"identifier": {
"legalName": "Geo-Rope LTD"
},
"address": {
"streetAddress": "West Quarry",
"locality": "Ballachulish",
"region": "UK",
"postalCode": "PH49 4JP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-79094",
"name": "Glenmavis Traffic Management Ltd",
"identifier": {
"legalName": "Glenmavis Traffic Management Ltd"
},
"address": {
"streetAddress": "Glenmavis Yard, Corsehill Farm",
"locality": "Dreghorn",
"region": "UKM93",
"postalCode": "KA11 4EF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-81709",
"name": "HAMILTON TARMAC",
"identifier": {
"legalName": "HAMILTON TARMAC"
},
"address": {
"streetAddress": "UNIT 2, LIFFNOCK YARD, HURLFORD",
"locality": "KILMARNOCK",
"region": "UKM93",
"postalCode": "KA1 5JE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-53749",
"name": "Highland Fencing & Barrier Contractors",
"identifier": {
"legalName": "Highland Fencing & Barrier Contractors"
},
"address": {
"streetAddress": "The Cottage, Househill",
"locality": "Nairn",
"region": "UK",
"postalCode": "IV12 5RY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-88735",
"name": "Hillhouse Quarry Group Ltd",
"identifier": {
"legalName": "Hillhouse Quarry Group Ltd"
},
"address": {
"streetAddress": "Hillhouse Quarry, Troon",
"locality": "Ayrshire",
"region": "UKM",
"postalCode": "KA10 7HX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125754",
"name": "I H Borland (Contractors) Ltd",
"identifier": {
"legalName": "I H Borland (Contractors) Ltd"
},
"address": {
"streetAddress": "40 Main Road, Crookedholm",
"locality": "Kilmarnock",
"region": "UKM93",
"postalCode": "KA3 6JU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30905",
"name": "J H Civil Engineering Ltd",
"identifier": {
"legalName": "J H Civil Engineering Ltd"
},
"address": {
"streetAddress": "Broadlees Industrial Estate, Carlisle Road, Chapelhall,",
"locality": "Airdrie",
"region": "UK",
"postalCode": "ML6 8RH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-19167",
"name": "John McGeady Ltd",
"identifier": {
"legalName": "John McGeady Ltd"
},
"address": {
"streetAddress": "Craighead Industrial Estate, Whistleberry Road",
"locality": "Blantyre",
"region": "UK",
"postalCode": "G72 0TH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125755",
"name": "Lanes Group Ltd",
"identifier": {
"legalName": "Lanes Group Ltd"
},
"address": {
"streetAddress": "Unit 2&3, Drakemire Drive",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G45 9SS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-103135",
"name": "Lightways (Contractors) Limited",
"identifier": {
"legalName": "Lightways (Contractors) Limited"
},
"address": {
"streetAddress": "Unit 6 , Lochlands Industrial Estate",
"locality": "Falkirk",
"region": "UKM76",
"postalCode": "FK53NS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-109017",
"name": "Lochwynd Ltd",
"identifier": {
"legalName": "Lochwynd Ltd"
},
"address": {
"streetAddress": "19 Lonmay Place, Queenslie",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G33 4ER",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-45817",
"name": "Luddon Construction Ltd",
"identifier": {
"legalName": "Luddon Construction Ltd"
},
"address": {
"streetAddress": "Balmore House 1497 Balmore Road",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G23 5HD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-30907",
"name": "Markon Limited",
"identifier": {
"legalName": "Markon Limited"
},
"address": {
"streetAddress": "Antonine House, 6-10 Dunnswood Road",
"locality": "Cumbernauld",
"region": "UKM",
"postalCode": "G67 3EN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125756",
"name": "McGivney Construction Ltd",
"identifier": {
"legalName": "McGivney Construction Ltd"
},
"address": {
"streetAddress": "11A Mure Avenue, Kilmarnock",
"locality": "Kilmarnock",
"region": "UK",
"postalCode": "KA3 1UH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125757",
"name": "Murchie Sand & Gravel Ltd",
"identifier": {
"legalName": "Murchie Sand & Gravel Ltd"
},
"address": {
"streetAddress": "Market Road , Brodick",
"locality": "Isle of Arran",
"region": "UKM",
"postalCode": "KA27 8AU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-46457",
"name": "Newlay Civil Engineering Ltd",
"identifier": {
"legalName": "Newlay Civil Engineering Ltd"
},
"address": {
"streetAddress": "55 Glencraig Industrial Estate",
"locality": "Airdrie",
"region": "UKM84",
"postalCode": "ML6 9AS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-123619",
"name": "Pegasus Power & Communications Ltd",
"identifier": {
"legalName": "Pegasus Power & Communications Ltd"
},
"address": {
"streetAddress": "6 Wardpark Court, Wardpark South",
"locality": "Cumbernauld",
"region": "UKM84",
"postalCode": "G67 3EH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96074",
"name": "Stepford Contracts Ltd",
"identifier": {
"legalName": "Stepford Contracts Ltd"
},
"address": {
"streetAddress": "2300 London Road",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G32 8YU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-44046",
"name": "T & N Gilmartin (Contractors) Ltd",
"identifier": {
"legalName": "T & N Gilmartin (Contractors) Ltd"
},
"address": {
"streetAddress": "Mont-View House, Hangmans Lane",
"locality": "Cupar",
"region": "UKM72",
"postalCode": "KY15 4PG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-125758",
"name": "tarmac trading ltd",
"identifier": {
"legalName": "tarmac trading ltd"
},
"address": {
"streetAddress": "cambusnethan house, linnet way",
"locality": "bellshill",
"region": "UKM84",
"postalCode": "ml43ra",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-109018",
"name": "Total Traffic Safety & Management Ltd",
"identifier": {
"legalName": "Total Traffic Safety & Management Ltd"
},
"address": {
"streetAddress": "35 Tantallon Road, Ballieston",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G69 7BA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96081",
"name": "WI & A Gilbert Ltd",
"identifier": {
"legalName": "WI & A Gilbert Ltd"
},
"address": {
"streetAddress": "Easter Kersland",
"locality": "Dalry",
"region": "UKM",
"postalCode": "KA24 4JA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-2556",
"name": "East Ayrshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000767095"
}
],
"language": "en",
"awards": [
{
"id": "031578-2024-PS/24/25-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125749",
"name": "Acre Industrial Services Ltd"
},
{
"id": "GB-FTS-125750",
"name": "Apex Traffic Management Ltd"
},
{
"id": "GB-FTS-88721",
"name": "Armitage Groundworks Ltd"
},
{
"id": "GB-FTS-125751",
"name": "Cairn Construction Ltd"
},
{
"id": "GB-FTS-30868",
"name": "Central Traffic Management Ltd"
},
{
"id": "GB-FTS-61590",
"name": "Centregreat Ltd"
},
{
"id": "GB-FTS-30903",
"name": "Crummock Surfacing Ltd"
},
{
"id": "GB-FTS-125752",
"name": "DAMM Environmental"
},
{
"id": "GB-FTS-125753",
"name": "Geo-Rope LTD"
},
{
"id": "GB-FTS-79094",
"name": "Glenmavis Traffic Management Ltd"
},
{
"id": "GB-FTS-81709",
"name": "HAMILTON TARMAC"
},
{
"id": "GB-FTS-53749",
"name": "Highland Fencing & Barrier Contractors"
},
{
"id": "GB-FTS-88735",
"name": "Hillhouse Quarry Group Ltd"
},
{
"id": "GB-FTS-125754",
"name": "I H Borland (Contractors) Ltd"
},
{
"id": "GB-FTS-30905",
"name": "J H Civil Engineering Ltd"
},
{
"id": "GB-FTS-19167",
"name": "John McGeady Ltd"
},
{
"id": "GB-FTS-125755",
"name": "Lanes Group Ltd"
},
{
"id": "GB-FTS-103135",
"name": "Lightways (Contractors) Limited"
},
{
"id": "GB-FTS-109017",
"name": "Lochwynd Ltd"
},
{
"id": "GB-FTS-45817",
"name": "Luddon Construction Ltd"
},
{
"id": "GB-FTS-30907",
"name": "Markon Limited"
},
{
"id": "GB-FTS-125756",
"name": "McGivney Construction Ltd"
},
{
"id": "GB-FTS-125757",
"name": "Murchie Sand & Gravel Ltd"
},
{
"id": "GB-FTS-46457",
"name": "Newlay Civil Engineering Ltd"
},
{
"id": "GB-FTS-123619",
"name": "Pegasus Power & Communications Ltd"
},
{
"id": "GB-FTS-96074",
"name": "Stepford Contracts Ltd"
},
{
"id": "GB-FTS-44046",
"name": "T & N Gilmartin (Contractors) Ltd"
},
{
"id": "GB-FTS-125758",
"name": "tarmac trading ltd"
},
{
"id": "GB-FTS-109018",
"name": "Total Traffic Safety & Management Ltd"
},
{
"id": "GB-FTS-96081",
"name": "WI & A Gilbert Ltd"
}
]
}
],
"contracts": [
{
"id": "031578-2024-PS/24/25-1",
"awardID": "031578-2024-PS/24/25-1",
"status": "active",
"value": {
"amount": 85000000,
"currency": "GBP"
},
"dateSigned": "2024-09-27T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 33
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 30
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 33
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 33
}
]
}
}