Award

NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus

NORTH AYRSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

03 Jun 2021 at 00:00

TenderUpdate

02 Sep 2020 at 00:00

Tender

04 Aug 2020 at 00:00

Summary of the contracting process

North Ayrshire Council is seeking proposals for the "NAC/5035 Supply of Architectural and Lead Designer Services" for the new Ardrossan Community Campus. This project falls under the services category, focusing on developing a highly energy-efficient building. It is currently in the Award stage, having been signed on 31 May 2021, with a contract value of £580,000. The procurement process employed is a selective method under a Restricted procedure, allowing for a two-stage selection where the capability of bidders is first assessed before inviting shortlisted candidates to submit their tenders. The procurement process is based in Irvine, United Kingdom, with submissions accepted electronically.

This tender presents significant opportunities for architectural firms and design service providers, particularly those with experience in educational campus projects that prioritise sustainability. Companies specialising in energy-efficient designs, stakeholder engagement, and multidisciplinary collaboration will be well-positioned to compete. Given the complexity of this engagement, suppliers capable of showcasing relevant past projects and demonstrating compliance with professional standards will notably enhance their chances of success in securing this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus

Notice Description

A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.

Lot Information

Lot 1

A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000626535
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417111
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71200000 - Architectural and related services

71221000 - Architectural services for buildings

71240000 - Architectural, engineering and planning services

71400000 - Urban planning and landscape architectural services

Notice Value(s)

Tender Value
£885,000 £500K-£1M
Lots Value
£885,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£580,000 £500K-£1M

Notice Dates

Publication Date
3 Jun 20214 years ago
Submission Deadline
7 Sep 2020Expired
Future Notice Date
Not specified
Award Date
31 May 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH AYRSHIRE COUNCIL
Contact Name
Not specified
Contact Email
procurement@north-ayrshire.gov.uk
Contact Phone
+44 1294324730

Buyer Location

Locality
IRVINE
Postcode
KA12 8EE
Post Town
Kilmarnock
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM93 North Ayrshire and East Ayrshire
Delivery Location
TLM93 North Ayrshire and East Ayrshire

Local Authority
North Ayrshire
Electoral Ward
Irvine South
Westminster Constituency
Central Ayrshire

Supplier Information

Number of Suppliers
1
Supplier Name

JMARCHITECTS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG391954
    NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus - A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417111
    NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus - A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000626535-2021-06-03T00:00:00Z",
    "date": "2021-06-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000626535",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-75",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "procurement@north-ayrshire.gov.uk",
                "telephone": "+44 1294324730",
                "faxNumber": "+44 1294324054",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-11",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "St Marnock Street",
                "locality": "Kilmarnock"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-17",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "procurement@north-ayrshire.gov.uk",
                "telephone": "+44 1294324730",
                "faxNumber": "+44 1294324054",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-275",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "procurement@north-ayrshire.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-433",
            "name": "jmarchitects Limited",
            "identifier": {
                "legalName": "jmarchitects Limited"
            },
            "address": {
                "streetAddress": "64 Queen Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH2 4NA"
            },
            "contactPoint": {
                "telephone": "+44 1314646100"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-19",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "St Marnock Street",
                "locality": "Kilmarnock",
                "postalCode": "KA1 1ED"
            },
            "contactPoint": {
                "email": "kilmarnock@scotcourts.gov.uk",
                "telephone": "+44 1563550024",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-275"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000626535",
        "title": "NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus",
        "description": "A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71400000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 885000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2020-09-07T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG391954",
                "documentType": "contractNotice",
                "title": "NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus",
                "description": "A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG391954",
                "format": "text/html"
            },
            {
                "id": "JUN417111",
                "documentType": "awardNotice",
                "title": "NAC/5035 Supply of Architectural and Lead Designer Services for Ardrossan Community Campus",
                "description": "A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417111",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "A lead designer/architect is required to develop design proposals for the new Ardrossan Community Campus. This is to be a highly energy efficient building and will be required to meet challenging energy requirements. The successful supplier must appoint an appropriate design team to support their activities and deliver the brief. Due to the complexity of the project, the intention of the tender process is to select a design partner rather than determine the finalised design for the new campus. This will allow necessary consultation and engagement to take place with all internal and external stakeholders such as pupils/parents, local community groups, local residents, sports clubs etc to prepare a comprehensive list of requirements for the project and to ensure functional, aesthetics and financial aspects are appropriately developed. Existing traffic consultants SWECO and environmental consultants EnviroCentre will be part of the above design team, as they have considerable prior experience of the site and its conditions which we wish to transfer into new team. This tender is using the Restricted Process. This is a two-stage procedure. The first stage is a selection process where bidders capability, capacity and experience to perform the contract is assessed via the ESPD. A shortlist of bidders will be identified from these responses. The Invitation to Tender will be issued at the second stage. Only bidders who are shortlisted in stage one will be invited to submit a tender. These bids will be assessed to determine the most economically advantageous tender.",
                "status": "complete",
                "value": {
                    "amount": 885000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 420
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2020-09-24T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For Completion by Non-UK Businesses Only: If required by the member state, 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."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum specific turnover of 1,517,136 GBP for the last 3 years in the business area covered by the contract. 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/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 http://www.hse.gov.uk/pubns/hse40.pdf Public Liability Insurance = 10M GBP Professional Indemnity Insurance = 10M GBP for a period of 12 years Third Party Motor Vehicle Insurance"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide 2 examples within the last 3 years that demonstrate your organisations (or, where applicable, design team members and/or named sub-contractors) relevant experience to deliver the services as described in part II.2.4 of this Contract Notice. Examples should be from similarly complex projects with a total construction value in excess of 40m GBP, resulting in an educational campus style facility with a specific focus on environmental outcomes and must evidence achievement of social, economic and environmental strategic aims. The information you provide should cover the following areas: - a description of the services delivered - contract value & dates - previous or current customer details - delivering to Scottish Futures Trust cost and area metrics - details of where you have been able to demonstrate added value through adoption of innovative solutions - details of where you have designed projects to achieve in-use energy targets of around 70kW/m2/annum - how your organisation has delivered strategic value (economic, social and environmental) through the design and construction process - sites with specific constaints e.g. contamination, coastal location, neighbouring uses etc - experience of delivery of BIM level 2, 2D and 3D as built models - design and build experience - leading a multidisciplinary design team Unsatisfactory experience will result in a fail and exclusion from the tender process Bidders must provide satisfactory references from the same 2 contracts listed in the experience within the last 3 years on the reference templates provided in the Instruction to Tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. 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 should be saved in a zip file and attached to ESPD 4C.1.2 a) Bidders will be required to confirm that their lead designer and any relevant sub-contractors have the following relevant educational and professional qualifications. Please confirm relevant qualifications held by sub-contractors. - Architects should be ARB registered and have RIAS/RIBA membership Any appointed sub-contractors must hold the following membership/qualification: -Civil/structural engineers should hold MICE or MISE -Landscape architect should hold MLI -M&E engineer should hold Institute of Electrical Engineers and Institute of Mechanical Engineers membership -Fire engineer should hold Institution of Fire Engineers membership -Archaeologists should hold Institute of Archaeologists membership -Ecologist should hold Institute of Ecology and Environmental Management membership -Acoustician must hold Institute of Acoustics membership -Geo-technical engineers must hold Geotechnical Masters level qualification and membership of Institute of Civil Engineers (MICE) -Design team must hold certified European Passivhaus Designer/Consultant accreditation or equivalent All members of design team should have CSCS cards Please provide a statement detailing the relevant tools, plant or technical equipment available to you in relation to this procurement exercise e.g. BIM, Revit, Viewpoint access. For the purposes of your response, please provide details of technical resources/equipment, such as plant, IT (hardware and software) etc available within your organisation, or, where relevant, consortium members and/or named sub-contractors which will be available to deliver the services required in this contract. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "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 2. a documented policy regarding quality management (See ESPD 4D.1 for full details) Environmental Management Standards 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. An Environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the Instruction to Tenderers document for full details, Health & 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. * Organisations certified to OHSAS 18001 will require to migrate to the new Standard before OHSAS 18001 is withdrawn in March 2021. NAC will continue to accept this Standard until this date however the Standard's validity period and proposed contract period will be taken into account closer to the withdraw date. OR 2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Full details are contained within the ESPD guidance form within the Instructions to tenderers document"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "71200000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-27",
                "description": "Submission deadline extended due to volume of queries regarding experience required",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-09-07T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-09-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-09-24T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-10-12T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below: Nature of the contract not suitable for Lots (SC Ref:655664)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000626535"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000626535"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000626535"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000626535-1",
            "suppliers": [
                {
                    "id": "org-433",
                    "name": "jmarchitects Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000626535-1",
            "awardID": "ocds-r6ebe6-0000626535-1",
            "status": "active",
            "value": {
                "amount": 580000,
                "currency": "GBP"
            },
            "dateSigned": "2021-05-31T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 152-373636"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "984",
                "measure": "bids",
                "value": 12,
                "relatedLot": "1"
            },
            {
                "id": "985",
                "measure": "smeBids",
                "value": 9,
                "relatedLot": "1"
            },
            {
                "id": "986",
                "measure": "foreignBidsFromEU",
                "value": 12,
                "relatedLot": "1"
            },
            {
                "id": "987",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "988",
                "measure": "electronicBids",
                "value": 12,
                "relatedLot": "1"
            }
        ]
    }
}