Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PS-25-251 - Ayrshire Innovation Park, Phase 3 – Construction of Industrial Units (PRJ0013527)

  • First published: 11 December 2025
  • Last modified: 11 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
East Ayrshire Council
Authority ID:
AA20168
Publication date:
11 December 2025
Deadline date:
30 January 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

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-25-251 - Ayrshire Innovation Park, Phase 3 – Construction of Industrial Units (PRJ0013527)

II.1.2) Main CPV code

45213200

 

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: 14 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45213000

45213200

45213250

45213251

45210000

45000000

II.2.3) Place of performance

NUTS code:

UKM93

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

Criteria below:

Quality criterion: 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 ‘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. 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 “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


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

Restricted 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: 30/01/2026

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/03/2026

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)

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: 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:818188)

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

10/12/2025

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45213250 Construction work for industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213200 Construction work for warehouses and industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213251 Industrial units construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.shields@east-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.