Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
murraythompson@north-ayrshire.gov.uk
Telephone
+44 1294324220
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
https://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
Residential Masterplan, Cairnmount, Irvine
Reference number
NAC/5132
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
North Ayrshire Council (“NAC”) requires an appropriately qualified and experienced masterplan consultant and design team to develop a residential masterplan for an area of NAC owned land at Cairnmount, Irvine - also referred to as Montgomerie Park East. The masterplan consultant will act as the lead of the design team.
The anticipated start date is 30th August 2023 until 29th August 2024.
The residential masterplan is to be developed taking into consideration best practice guidance, market feedback and the following:
- Evidenced based site analysis to inform concept design.
- Masterplan that blends best practice design with residential market requirements.
- Phasing strategy that reflects market interest.
- A masterplan that integrates the surrounding landscape.
Anticipated Design Team Members, please note this list is not exhaustive.
- Masterplanning Consultant
- Civil Engineer
- Transport Planner and Engineer
- Landscape Architect
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)
- 71311000 - Civil engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71311300 - Infrastructure works consultancy services
- 71315200 - Building consultancy services
- 71317210 - Health and safety consultancy services
- 72224000 - Project management consultancy services
- 73200000 - Research and development consultancy services
- 79411100 - Business development consultancy services
- 79411000 - General management consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
North Ayrshire Council (“NAC”) requires an appropriately qualified and experienced masterplan consultant and design team to develop a residential masterplan for an area of NAC owned land at Cairnmount, Irvine - also referred to as Montgomerie Park East. The masterplan consultant will act as the lead of the design team.
The anticipated start date is 30th August 2023 until 29th August 2024.
The residential masterplan is to be developed taking into consideration best practice guidance, market feedback and the following:
- Evidenced based site analysis to inform concept design.
- Masterplan that blends best practice design with residential market requirements.
- Phasing strategy that reflects market interest.
- A masterplan that integrates the surrounding landscape.
Anticipated Design Team Members, please note this list is not exhaustive.
- Masterplanning Consultant
- Civil Engineer
- Transport Planner and Engineer
- Landscape Architect
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum “general” yearly turnover of 425,000 GBP for the last three years.
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.
North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
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 = [5 million] GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance [1 million] GBP in respect of any one event
Professional Indemnity Insurance [5 million] GBP in the aggregate
Third-Party Motor Vehicle Insurance
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 size and scope. 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 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.1.2 of the qualification envelope.
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: It is a requirement of this contract that a minimum of one key staff member involved in the delivery of this contract has a Royal Town Planning Institute (“RTPI”) Membership or equivalent.
Bidders are required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
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.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Date
28 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Lots are not being used for this tender for the reason stated below:
Nature of the contract not suitable for lots.
Quality Management Procedures
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
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
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 24221. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:732884)
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