Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 3rd Apr 2025
Reference | ocds-h6vhtk-04fcf7 |
Common Procurement Vocabulary | Road construction works |
Procurement Method | Open procedure |
Value | £26,000,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 3rd Apr 2025
Reference | ocds-h6vhtk-04fcf7 |
Common Procurement Vocabulary | Road construction works |
Procurement Method | Open procedure |
Value | £26,000,000 |
Section I: Contracting authority
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
Andrewkerr [at] north-ayrshire.gov.uk
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
B714 Upgrading Construction
Reference number
NAC-5179
II.1.2) Main CPV code
- 45233120 - Road construction works
II.1.3) Type of contract
Works
II.1.4) Short description
The upgrading of the B714 has been approved as part of a successful North Ayrshire Council (NAC) joint funding bid to the UK Government Funding. The B714 links the Trunk Road network from the A78 Sharphill Roundabout (Three Towns Bypass) to the A737, south of Dalry. NAC have been engaging with the Uk Government Department for Transport (DfT) regarding aspects of the Outline Business Case (OBC).
The terms and conditions for the contract will NEC4 Engineering and Construction Contract & NAC Model Form Additional Contract Terms.
The contract documents are available in the link below:
II.1.5) Estimated total value
Value excluding VAT: £26,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45233120 - Road construction works
II.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
II.2.4) Description of the procurement
The proposed scheme is an infrastructure improvement of the B714, primarily between Girthill Farm (located midway along the B714, between the Sharphill roundabout on the A78 and Dalry) and a new roundabout on Kilwinning Road to the north-west of the existing Hillend roundabout, as shown below.
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
18
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
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “specific” turnover of (34,600,000)GBP for the last 3 years in the business area covered by the contract.
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.
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 = [10 million]GBP in respect of any one event
Public Liability Insurance [10 million]GBP in respect of any one event
Product Liability 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.
Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require each consortia member to meet the financial selection requirements contained in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide 2 examples of works carried out in the past 8 years that demonstrates they have the relevant experience to deliver the works described in the Contract Notice. The works must be of a similar value, 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 value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. One example should include evidence of minework remediation or other unexpected ground conditions.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.
Bidders are required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation’s own scope 1 and 2 emissions. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘priority contract’ Climate Change Plan Template, including the bidder’s calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions.
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 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
12 May 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
12 May 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Lots are not being used for this tender for the reason(s) stated below:
Value of contract not suitable for lots.
Nature of the contract not suitable for lots.
Delivery of the contract is location specific.
Lots could potentially introduce a risk of discontinued employment for transferring employees.
Requires additional contract management resource which is not available.
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 BS OHSAS 18001 or 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 28822. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits will be required on a mandatory basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List ( application-form/)
(SC Ref:795214)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom