{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000827247-2026-03-26T00:00:00Z",
    "date": "2026-03-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000827247",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-33",
            "name": "East Ayrshire Council",
            "identifier": {
                "legalName": "East Ayrshire Council"
            },
            "address": {
                "streetAddress": "Corporate Procurement Team, London Road HQ",
                "locality": "Kilmarnock",
                "region": "UKM93",
                "postalCode": "KA3 7BU"
            },
            "contactPoint": {
                "email": "david.shields@east-ayrshire.gov.uk",
                "telephone": "+44 1563554400",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.east-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-34",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, St Marnock Street",
                "locality": "Kilmarnock",
                "postalCode": "KA1 1ED"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "East Ayrshire Council",
        "id": "org-33"
    },
    "tender": {
        "id": "PS-26-14 (PRJ0013696)",
        "title": "PS-26-14 - Refurbishment and Extension of Doon Academy, Dalmellington (PRJ0013696)",
        "description": "The Council is undertaking the refurbishment and extension of Doon Academy including the Leisure Centre under a Design and Build Contract. The project aims to extend and modernise the existing facility while demolishing ageing and problematic areas of the school (namely the existing 2-storey block) which contain asbestos and aren't economic to refurbish. The anticipated construction value is 29m GBP (net construction costs). The Contract Period is anticipated to be 148 calendar weeks; however, this will be confirmed at ITT stage.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45212100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214220",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 29000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-05-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR552606",
                "documentType": "contractNotice",
                "title": "PS-26-14 - Refurbishment and Extension of Doon Academy, Dalmellington (PRJ0013696)",
                "description": "The Council is undertaking the refurbishment and extension of Doon Academy including the Leisure Centre under a Design and Build Contract. The project aims to extend and modernise the existing facility while demolishing ageing and problematic areas of the school (namely the existing 2-storey block) which contain asbestos and aren't economic to refurbish. The anticipated construction value is 29m GBP (net construction costs). The Contract Period is anticipated to be 148 calendar weeks; however, this will be confirmed at ITT stage.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552606",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council is undertaking the refurbishment and extension of Doon Academy including the Leisure Centre under a Design and Build Contract. The project aims to extend and modernise the existing facility while demolishing ageing and problematic areas of the school (namely the existing 2-storey block) which contain asbestos and aren't economic to refurbish. The anticipated construction value is 29m GBP (net construction costs). The Contract Period is anticipated to be 148 calendar weeks; however, this will be confirmed at ITT stage.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1020
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2026-06-26T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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)' or equivalent 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 'HVCA (Member status)' or 'CIPHE (Member status)' or equivalent 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 or equivalent 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 Asbestos removal Contractor proposed to be used on this Project must hold an Asbestos Removal Licence (issued by the HSE) throughout the entire Contract period, and all employees must have appropriate certification. For the purpose of this contract the company which shall carry out the Solar Photovoltaic Installation must be on the current Microgeneration Certification Scheme (MCS) database of certified installers at the time of installation"
                },
                {
                    "type": "economic",
                    "description": "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 = 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. Works insurance: Option A will apply (All Risks Insurance of the works by the Contractor)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45262800",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 31467. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ 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:827247)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000827247"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}