Construction Tenders

20 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 20th Apr 2026

Tender Details
Referenceocds-h6vhtk-068613
Common Procurement VocabularyServices relating to contaminated soil
Procurement MethodOpen procedure
Value-
More Tenders »

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 20th Apr 2026

Tender Details
Referenceocds-h6vhtk-068613
Common Procurement VocabularyServices relating to contaminated soil
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

Contact

Dylan Brown

Email

dylan.brown [at] east-ayrshire.gov.uk

Telephone

+44 1563554400

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/26/10 - Girvan Harbour Dredging Waste Disposal

Reference number

PS/26/10

II.1.2) Main CPV code

  • 90522000 - Services relating to contaminated soil

II.1.3) Type of contract

Services

II.1.4) Short description

Disposal of contaminated dredge arisings from the dredge area within Girvan Harbour Channel.

Principal elements of the works comprise:

-Assessment of material for suitability for disposal to landfill

-Remediation of material to make suitable for landfill if required

-Removal from quayside, transportation and disposal to licensed landfill facility

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKM94 - South Ayrshire

II.2.4) Description of the procurement

Disposal of contaminated dredge arisings from the dredge area within Girvan Harbour Channel.

Principal elements of the works comprise:

-Assessment of material for suitability for disposal to landfill

-Remediation of material to make suitable for landfill if required

-Removal from quayside, transportation and disposal to licensed landfill facility

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

2

This contract is subject to renewal

No

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

Tenderers must confirm that they are registered as a Waste Carrier with the Scottish Environment Protection Agency (SEPA). Tenderers shall provide the SEPA Waste Carrier registration number within the SPD.

III.1.2) Economic and financial standing

List and brief description of selection criteria

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.

Insurances:

Employer's (Compulsory) Liability:10 million GBP

Public Liability: 5 million GBP

Product Liability: 5 million GBP

Other Insurance:

Motor Vehicle Insurance

III.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed within the tender documents.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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

20 May 2026

Local time

12:00pm

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

20 May 2026

Local time

12:00pm


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 ITT exercise. The Project code is 31547. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Social benefits such as:

- Targeted recruitment and training (providing employment and training opportunities / Apprenticeships)

- SME and social enterprise development

- Community engagement

(SC Ref:829699)

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