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

Maritime Mile Design Consultancy

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
26 February 2025
Deadline date:
04 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

E-mail: laurakeane@north-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

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

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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

Maritime Mile Design Consultancy

Reference number: NAC/5201

II.1.2) Main CPV code

79415200

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UKM93

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 250 000.00  GBP

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

Duration in months: 15

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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.1.2) 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.


III.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.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 04/03/2025

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 04/03/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

Telephone: +44 1563550024

Internet address(es)

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

VI.5) Date of dispatch of this notice

31/01/2025

Coding

Commodity categories

ID Title Parent category
71530000 Construction consultancy services Construction-related services
79415200 Design consultancy services Production management consultancy services

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:
laurakeane@north-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.