Notice Information
Notice Title
PS/22/114 Queens Crescent Newmilns - Riverbank Stabilisation
Notice Description
Replacement of an 80m retaining wall along the River Irvine and associated works.
Lot Information
Lot 1
The works involve replacing an existing substandard retaining wall. The existing wall retains a 78m length of River bank and has a maximum retained height of 1.5m with an average retained height of 0.9m. The new wall will retain and protect the residential gardens and adjacent slopes and offer scour and erosion protection to the river banks. The works also include the installation of scour protection around the foundation of the North abutment on the footbridge. This will involve the installation of a 1m wide insitu concrete scour protection at the South, East and West face of the abutment foundation. The embankment in front of the abutment, including rock armour protection will need to be reconstructed over a length of 5m, up to 2m in height. The existing rock armour protection to the west side of the structure should be reinstated using existing materials, over a length of 5m varying height up to 2m.
Options: Additional works permitted with client approval if related to the works or site.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000700283
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL453888
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45220000 - Engineering works and construction works
45246100 - River-wall construction
45246200 - Riverbank protection works
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Jul 20223 years ago
- Submission Deadline
- 4 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST AYRSHIRE COUNCIL
- Contact Name
- Lisa Sneddon
- Contact Email
- lisa.sneddon@east-ayrshire.gov.uk
- Contact Phone
- +44 1563576183
Buyer Location
- Locality
- KILMARNOCK
- Postcode
- KA3 7BU
- 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
- East Ayrshire
- Electoral Ward
- Kilmarnock East and Hurlford
- Westminster Constituency
- Kilmarnock and Loudoun
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL453888
PS/22/114 Queens Crescent Newmilns - Riverbank Stabilisation - Replacement of an 80m retaining wall along the River Irvine and associated works.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000700283-2022-07-13T00:00:00Z",
"date": "2022-07-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000700283",
"initiationType": "tender",
"parties": [
{
"id": "org-110",
"name": "East Ayrshire Council",
"identifier": {
"legalName": "East Ayrshire Council"
},
"address": {
"streetAddress": "Corporate Procurement Team, London Road HQ",
"locality": "Kilmarnock",
"region": "UKM93",
"postalCode": "KA3 7BU"
},
"contactPoint": {
"name": "Lisa Sneddon",
"email": "lisa.sneddon@east-ayrshire.gov.uk",
"telephone": "+44 1563576183",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.east-ayrshire.gov.uk"
}
},
{
"id": "org-97",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"streetAddress": "St Marnocks Street",
"locality": "Kilmarnock",
"postalCode": "KA1 1ED"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Ayrshire Council",
"id": "org-110"
},
"tender": {
"id": "PS/22/114",
"title": "PS/22/114 Queens Crescent Newmilns - Riverbank Stabilisation",
"description": "Replacement of an 80m retaining wall along the River Irvine and associated works.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45220000",
"scheme": "CPV"
},
{
"id": "45246100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Queens Crescent, Newmilns, East Ayrshire"
},
"deliveryAddresses": [
{
"region": "UKM93"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-08-04T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-08-04T12:00:00Z"
},
"documents": [
{
"id": "JUL453888",
"documentType": "contractNotice",
"title": "PS/22/114 Queens Crescent Newmilns - Riverbank Stabilisation",
"description": "Replacement of an 80m retaining wall along the River Irvine and associated works.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL453888",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The works involve replacing an existing substandard retaining wall. The existing wall retains a 78m length of River bank and has a maximum retained height of 1.5m with an average retained height of 0.9m. The new wall will retain and protect the residential gardens and adjacent slopes and offer scour and erosion protection to the river banks. The works also include the installation of scour protection around the foundation of the North abutment on the footbridge. This will involve the installation of a 1m wide insitu concrete scour protection at the South, East and West face of the abutment foundation. The embankment in front of the abutment, including rock armour protection will need to be reconstructed over a length of 5m, up to 2m in height. The existing rock armour protection to the west side of the structure should be reinstated using existing materials, over a length of 5m varying height up to 2m.",
"status": "active",
"options": {
"description": "Additional works permitted with client approval if related to the works or site."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 60
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2022-08-04T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders will be required to provide their \"general\" yearly turnover for the last THREE years. In addition, East Ayrshire Council reserve the right to review the bidders financial information including information from a credit reference agency (Credit Safe) at tender stage and for the duration of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. It is the Tenderers responsibility to ensure that all information held by Credit Safe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Credit Safe scores are accurate by the due submission date. 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 and further information may be requested. 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 = 10million GBP http://www.hse.gov.uk/pubns/hse40.pdf",
"minimum": "Public / Products Liability Insurance = 5million GBP Contract Works (Loss or Damage to the Works) - Value of Contract plus 50% All Risk of Loss or Damage to Plant, Equipment and Materials - To be determined by the Contractor Motor Vehicle Insurance Bidders are required to successfully complete the Insurance Questionnaire"
},
{
"type": "technical",
"description": "Bidders will be required to provide 2 examples of similar works carried out in the past five years that demonstrate that they have the relevant experience to deliver the works as described in this Contract Notice. The works must be of a similar value, size and scope. Bidders must provide contact details of referees for the 2 experience examples. Referees may be contacted to discuss the works and the performance of the contractor. Any contractor which fails to have performed satisfactorily in each of the 2 experience projects may be excluded from the tender process.",
"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). Health & Safety Procedures - See attached guidance in Technical Envelope. 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. A Environmental management 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. The Environmental manual must include documented procedures for; - ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment; - providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties; - checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties; - checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals; - dealing with waste (e.g. waste management plans, waste segregation, recycling etc.); - ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain. Bidders must allow for welfare facilities and follow all Scottish Government guidance on Covid-19."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45246200",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21846. 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: Mandatory Community Benefits - Community Defibrillator Initiative (SC Ref:700283)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700283"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}