Award

CE-41-17 (3077) Extension & Alterations to Day Care Centre, Logan Drive, Troon

SOUTH AYRSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

South Ayrshire Council is conducting a procurement process for the "CE-41-17 (3077) Extension & Alterations to Day Care Centre, Logan Drive, Troon". This project falls under the works category and is located in Troon, UK. The procurement method employed is an open procedure, with a submission deadline that has already passed on 25 August 2017. The tender involved three bids and has reached the award stage, with a contract valued at £157,831.63 signed on 13 September 2017.

This procurement opportunity represents significant potential for construction and building firms, particularly small to medium-sized enterprises (SMEs) with experience in similar projects. Companies specialising in general construction works, mechanical and electrical installations, and health and safety compliance would be well-positioned to compete for future tenders of this nature. Engaging fully in the tendering process and demonstrating relevant qualifications and experience could enhance their chances of securing contracts with South Ayrshire Council.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CE-41-17 (3077) Extension & Alterations to Day Care Centre, Logan Drive, Troon

Notice Description

Extension & Alterations to Day Care Centre, Logan Drive, Troon

Lot Information

Lot 1

South Ayrshire Council require to appoint a suitably experienced Building Contractor to complete the Extension and alterations to Day Care Centre, Logan Drive, Troon. The works comprise of M&E, kitchen installation, remedial works, decoration and a new single storey extension.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000506848
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP295410
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45210000 - Building construction work

45212500 - Kitchen or restaurant conversion

45214100 - Construction work for kindergarten buildings

45214200 - Construction work for school buildings

45262800 - Building extension work

45300000 - Building installation work

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£157,831 £100K-£500K

Notice Dates

Publication Date
14 Sep 20178 years ago
Submission Deadline
25 Aug 2017Expired
Future Notice Date
Not specified
Award Date
13 Sep 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH AYRSHIRE COUNCIL
Contact Name
Elaine Rodger
Contact Email
pds@south-ayrshire.gov.uk, procurement@south-ayrshire.gov.uk
Contact Phone
+44 3001230900

Buyer Location

Locality
AYR
Postcode
KA7 1DR
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
TLM94 South Ayrshire

Local Authority
South Ayrshire
Electoral Ward
Ayr West
Westminster Constituency
Ayr, Carrick and Cumnock

Supplier Information

Number of Suppliers
1
Supplier Name

W H KIRKWOOD

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000506848-2017-09-14T00:00:00Z",
    "date": "2017-09-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000506848",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "South Ayrshire Council",
            "identifier": {
                "legalName": "South Ayrshire Council"
            },
            "address": {
                "streetAddress": "County Buildings, Wellington Square",
                "locality": "Ayr",
                "region": "UKM94",
                "postalCode": "KA7 1DR"
            },
            "contactPoint": {
                "name": "Elaine Rodger",
                "email": "pds@south-ayrshire.gov.uk",
                "telephone": "+44 3001230900",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "08",
                        "description": "Recreation, culture and religion",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.south-ayrshire.gov.uk/procurement/"
            }
        },
        {
            "id": "org-169",
            "name": "South Ayrshire Council",
            "identifier": {
                "legalName": "South Ayrshire Council"
            },
            "address": {
                "streetAddress": "County Buildings, Wellington Square",
                "locality": "Ayr",
                "region": "UKM94",
                "postalCode": "KA7 1DR"
            },
            "contactPoint": {
                "email": "procurement@south-ayrshire.gov.uk",
                "telephone": "+44 3001230900",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.south-ayrshire.gov.uk/procurement/"
            }
        },
        {
            "id": "org-170",
            "name": "W H Kirkwood Ltd",
            "identifier": {
                "legalName": "W H Kirkwood Ltd"
            },
            "address": {
                "streetAddress": "26 Lyle Street",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 4QF"
            },
            "contactPoint": {
                "telephone": "+44 1475721248",
                "faxNumber": "+44 1475888465"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "South Ayrshire Council",
        "id": "org-169"
    },
    "tender": {
        "id": "CE-41-17 (3077)",
        "title": "CE-41-17 (3077) Extension & Alterations to Day Care Centre, Logan Drive, Troon",
        "description": "Extension & Alterations to Day Care Centre, Logan Drive, Troon",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45262800",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45212500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45300000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM94"
                    },
                    {
                        "region": "UKM94"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2017-08-25T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-08-25T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG291401",
                "documentType": "contractNotice",
                "title": "CE-41-17 (3077) Extension & Alterations to Day Care Centre, Logan Drive, Troon",
                "description": "Extension & Alterations to Day Care Centre, Logan Drive, Troon",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG291401",
                "format": "text/html"
            },
            {
                "id": "SEP295410",
                "documentType": "awardNotice",
                "title": "CE-41-17 (3077) Extension & Alterations to Day Care Centre, Logan Drive, Troon",
                "description": "Extension & Alterations to Day Care Centre, Logan Drive, Troon",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP295410",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "South Ayrshire Council require to appoint a suitably experienced Building Contractor to complete the Extension and alterations to Day Care Centre, Logan Drive, Troon. The works comprise of M&E, kitchen installation, remedial works, decoration and a new single storey extension.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 120
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2017-08-25T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "All requirements stated within tender documents."
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For the purposes of this Contract, the Contractor and/or Sub Contractor who is responsible for all electrical installations must be a member of NICEIC or Select and will be required to provide his registration details. For the purposes of this Contract, the Contractor and/or Sub Contractor who is responsible for all gas installations must be a member of Gas Safe The Contractor must either be a registered waste carrier himself or employ the services of a registered waste carrier and will be required to provide details of his registered waste carrier(s)."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, indicated below: Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Contract Works Insurance = Tenderers may be required to provide details of their current Contract Works Insurance. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Financial Standing: The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing. In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below: A copy of the organisation's audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end. OR A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below. OR If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably). In the event that 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."
                },
                {
                    "type": "technical",
                    "description": "Tenderer's may be required to provide evidence of having the necessary capacity and capability to deliver the requirements for Extension and alterations to Day Care Centre, Logan Drive, Troon. The below requirements will be requested at the \"Request For Documentation\" Stage: Two (2) examples of the provision of similar works may be requested and must be from within the last 5 years for work contracts. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Tenderers may also be required to provide: Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Resources A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance Buyers will not score this question or mark you down if you cannot provide certificates or customer declarations. However, if you cannot provide either the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45262800",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Award against framework: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Quality Control Requirements Tenderers may be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Quality Assurance/Health and Safety Requirements Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last twelve months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum (such as CHAS), then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested. Guidance Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Environmental Management Standards Requirements Tenderers may be required to provide the following for Environmental Management Requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a documented policy and organisation for the management of environmental issues then a copy of the policy may be requested. Guidance Tenderers may be required to provide evidence that their organisation has an environmental management policy authorised by the Chief Executive, or equivalent, and regularly reviewed. The policy should be relevant to the nature and scale of the work and set out the responsibilities for environmental management throughout the organisation. (SC Ref:511872)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000506848"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000506848"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "CE-41-17",
            "suppliers": [
                {
                    "id": "org-170",
                    "name": "W H Kirkwood Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CE-41-17",
            "awardID": "CE-41-17",
            "status": "active",
            "value": {
                "amount": 157831.63,
                "currency": "GBP"
            },
            "dateSigned": "2017-09-13T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "441",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}