Tender

Maritime Mile Design Consultancy

  • North Ayrshire Council

F02: Contract notice

Notice identifier: 2025/S 000-003232

Procurement identifier (OCID): ocds-h6vhtk-04da74

Published 31 January 2025, 10:57am



The closing date and time has been changed to:

11 March 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

laurakeane@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

one.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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maritime Mile Design Consultancy

Reference number

NAC/5201

two.1.2) Main CPV code

  • 79415200 - Design consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

NAC require a Lead Designer with a multidisciplinary consultancy service for the design and administration of civil works in relation to the public realm improvements along Irvine Harbourside, known as the Maritime Mile. The service will cover RIBA stages 2-4 from Outline Concept onwards, and also includes roles of a Principal Designer and Contract Administrator for construction works as stated in the Construction Design and Management (CDM) 2015 regulations. The Council is seeking a team that’s experienced in delivering high quality public streets and spaces with appropriate design qualifications.

The total budget for the capital works is estimated at 6m GBP.

The following terms conditions of contract apply:

NEC4 Professional Services Contract (June 2017) – Pricing Option A, NAC Model Form Additional Contract Terms and NAC Exit Terms & Conditions. Please refer to PCS-Tender to access the documentation.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

NAC are looking to develop the next phase of the destination development project in Irvine known as the Great Harbour (GH), comprising of three activity hubs along the Harbourside and connections between them with public realm improvements, known as Maritime Mile (MM). The project is supported by Ayrshire Growth Deal (AGD) investment and seeks to promote the area as a tourism destination for Irvine and the wider Ayrshire Coast.

NAC require a Lead Designer with a multidisciplinary consultancy service for the design and administration of civil works in relation to the public realm improvements along Irvine Harbourside, known as the Maritime Mile.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

15

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum yearly “general” turnover of 500000GBP for the last 3 years in the business area covered by the contract.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

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 = 10M GBP in respect of each claim, without the limit to the number of claims. http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance 10M GBP in respect of each claim, without the limit to the number of claims.

Professional Indemnity Insurance 2M GBP with an aggregate limit of 5M GBP

Third-Party Motor Vehicle Insurance 5M GBP in respect of each and every claim without limit to the number of claims

A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. The examples provided must demonstrate successful completion of similar projects including design and management of multidisciplinary design team. The minimum project value NAC will accept as an example is between 5M GBP and a maximum of 7M GBP. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

The minimum educational and professional qualifications required shall be those officially recognised by the relevant governing body for the specific profession, ensuring compliance with UK regulations and allowing the individual to lawfully carry out their duties; as a minimum educated to a degree level or equivalent in their relevant profession.

Professional accreditation examples:

1. Civil Engineering

Chartered Engineer (CEng MICE , ICE, IStructE or equivalent)

2. Landscape Architecture

Chartered Landscape Architect (CMLI or equivalent)

3. Urban Design/Planning

Chartered Urban Designer or Town Planner (MRTPI or equivalent)

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

4 March 2025

Local time

12:00pm

Changed to:

Date

11 March 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

4 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Lots are not being used for this tender for the reason(s) stated below:

Delivery of the contract is location specific.

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 57911. 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:

Community benefits will be required on a voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:788531)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/