Award

Appointment of Main Contractor for Design & Build of Ardrossan Community Campus

NORTH AYRSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

04 Mar 2024 at 00:00

Tender

10 Jan 2023 at 00:00

Summary of the contracting process

The North Ayrshire Council has recently completed the procurement process for the appointment of a Main Contractor for the Design & Build of the Ardrossan Community Campus. The project involves constructing a new Passivhaus building in Ardrossan. The procurement method used was a selective process known as a Restricted procedure. The main procurement category is works, with a total contract value of £57,546,368. Key dates include the contract award on 25th October 2023, and the completion date for the campus is set for 30th June 2026.

This tender provides an opportunity for construction companies specialising in energy-efficient building projects to compete for the contract. Businesses with a successful track record in building Passivhaus or equivalent standard buildings, along with experience in delivering complex educational or community facilities, are well-suited to bid for this contract. The tender aims to create economic growth through sustainable construction practices and the development of modern educational infrastructure in the North Ayrshire region.

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

Appointment of Main Contractor for Design & Build of Ardrossan Community Campus

Notice Description

The contract is for a Principal Contractor to build a new Passivhaus Ardrossan Community Campus (ACC). This requirement is for a single Principal Contractor for both pre-construction services and the construction itself.

Lot Information

Lot 1

The requirement itself is split into two contractual phases. The first stage of the contract will be in accordance with a Pre-Construction Services Agreement (PCSA) to develop the stage 4 design and market testing; and will include the Post Novation fees of the Lead Design Consultant. The PCSA contract term is for 43 weeks plus the option to extend for up to 6 months. Appointment to the second stage will follow successful completion of the first stage. The second stage for the build will be in accordance with a SBCC Design & Build Contract with Schedule of Amendments for the main construction works. The second stage contract term is for 109.5 weeks. Approval will be sought from the Project Board before awarding this contract to the successful bidder of Stage 1. NAC is under no obligation to the successful contractor of Stage 1 with respect to any further contract or other appointment to carry out all or parts of the Works (Stage 2). NAC has the sole discretion to decide how it wishes to proceed once the final contract sum is established.. Economic operators 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.

Renewal: A maximum of 12 months extension may be available at NAC's discretion

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000715895
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500014
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45210000 - Building construction work

45211200 - Sheltered housing construction work

45211350 - Multi-functional buildings construction work

45214100 - Construction work for kindergarten buildings

45214200 - Construction work for school buildings

45214220 - Secondary school construction work

45214230 - Special school construction work

45214300 - Construction work for college buildings

Notice Value(s)

Tender Value
£73,380,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£57,546,368 £10M-£100M

Notice Dates

Publication Date
4 Mar 20241 years ago
Submission Deadline
15 Feb 2023Expired
Future Notice Date
Not specified
Award Date
25 Oct 20232 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
lynseybennett@north-ayrshire.gov.uk, procurement@north-ayrshire.gov.uk
Contact Phone
Not specified

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

MORGAN SINDALL CONSTRUCTION & INFRASTRUCTURE

Further Information

Notice Documents

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-r6ebe6-0000715895-2024-03-04T00:00:00Z",
    "date": "2024-03-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000715895",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-16",
            "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": "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.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-17",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, St Marnock Street",
                "locality": "Kilmarnock",
                "postalCode": "KA1 1ED"
            },
            "contactPoint": {
                "telephone": "+44 1563550024",
                "url": "https://www.scotcourts.gov.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-297",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "lynseybennett@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-210",
            "name": "Morgan Sindall Construction & Infrastructure Ltd",
            "identifier": {
                "legalName": "Morgan Sindall Construction & Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Trilogy One, 11 Woodhall, Eurocentral, Holytown",
                "locality": "Motherwell",
                "region": "UK",
                "postalCode": "ML1 4YT"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-71",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, St Marnock Street",
                "locality": "Kilmarnock",
                "postalCode": "KA1 1ED"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-297"
    },
    "tender": {
        "id": "NAC/5129",
        "title": "Appointment of Main Contractor for Design & Build of Ardrossan Community Campus",
        "description": "The contract is for a Principal Contractor to build a new Passivhaus Ardrossan Community Campus (ACC). This requirement is for a single Principal Contractor for both pre-construction services and the construction itself.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45211200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45211350",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214230",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45214300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 73380000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2023-02-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN468263",
                "documentType": "contractNotice",
                "title": "Appointment of Main Contractor for Design & Build of Ardrossan Community Campus",
                "description": "The contract is for a Principal Contractor to build a new Passivhaus Ardrossan Community Campus (ACC). This requirement is for a single Principal Contractor for both pre-construction services and the construction itself.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN468263",
                "format": "text/html"
            },
            {
                "id": "MAR500014",
                "documentType": "awardNotice",
                "title": "Appointment of Main Contractor for Design & Build of Ardrossan Community Campus",
                "description": "The contract is for a Principal Contractor to build a new Passivhaus Ardrossan Community Campus (ACC). This requirement is for a single Principal Contractor for both pre-construction services and the construction itself.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500014",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The requirement itself is split into two contractual phases. The first stage of the contract will be in accordance with a Pre-Construction Services Agreement (PCSA) to develop the stage 4 design and market testing; and will include the Post Novation fees of the Lead Design Consultant. The PCSA contract term is for 43 weeks plus the option to extend for up to 6 months. Appointment to the second stage will follow successful completion of the first stage. The second stage for the build will be in accordance with a SBCC Design & Build Contract with Schedule of Amendments for the main construction works. The second stage contract term is for 109.5 weeks. Approval will be sought from the Project Board before awarding this contract to the successful bidder of Stage 1. NAC is under no obligation to the successful contractor of Stage 1 with respect to any further contract or other appointment to carry out all or parts of the Works (Stage 2). NAC has the sole discretion to decide how it wishes to proceed once the final contract sum is established.. Economic operators 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.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1050
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "A maximum of 12 months extension may be available at NAC's discretion"
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2023-03-13T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 as follows: It will be a requirement of this contract that bidders (and/or their sub-contractors) must have the appropriate qualifications/ professional registration / memberships (or equivalent) as detailed below: Architect: - Architects Registration Board (ARB) - Royal Incorporation of Architects in Scotland (RIAS) / Royal Institute of British Architects (RIBA) - Appropriate Card - Construction Skills Certification Scheme (CSCS) Civil / Structural Engineer: - Member of Institution for Civil Engineers (MICE) - Institution of Structural Engineers (MISE) Landscape Architect: Member of Landscape Institute (LI) Mechanical & Electrical Engineer: - Member of Institution of Mechanical Engineers (IMechE) - Member of Institution of Electrical Engineers (IEE) Fire Engineer: Member of Institution of Fire Engineers Archaeologist: Member Chartered Institute for Archaeologists (CIFA) Ecologists: - Member of Institute of Ecology and Environmental Management - Appropriate Card - Construction Skills Certification Scheme (CSCS)"
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 50,487,000 GBP for the last 3 years in the business area covered by the contract. Bidders must provide their last 3 years turnover separately i.e., 21/22 XX million GBP, 20/21 XX million GBP, 19/20 XX million GBP North Ayrshire Council reserve the right to review the bidder's financial information including information from credit reference agencies at tender stage and throughout the life of the contract and seek clarifications if necessary. If clarifications are not satisfactory the bidder may 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 = 10million GBP in respect of any one event http://www.hse.gov.uk/pubns/hse40.pdf Public Liability Insurance 10million GBP in respect of any one event Product Liability Insurance 10million GBP in the aggregate Professional Indemnity Insurance 10million GBP in the aggregate (for a period of 12 years) Cyber Security Insurance 5million GBP in respect of any one event Third-Party Motor Vehicle Insurance - required for the duration of the contract"
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide 2 examples of works carried out in the past 5 years, must be of a similar value, size and scope that demonstrates they have the relevant experience to deliver the works described in the Contract Notice. Unsatisfactory experience will result in exclusion from the tender process. The minimum project value NAC will accept as an example is 40million GBP. The information you provide must cover the following areas: -Experience of design and construction of ultra-low energy efficiency buildings which have been constructed in UK providing details of the KWh/m2/annum rating the buildings have achieved in operation. -Experience and evidence of delivery of Passivhaus certification through the construction process. -Experience and evidence of delivery of low carbon technologies through the construction process. -Experience of delivery of 40 million GBP+ public sector projects i.e. educational/community/hospital. -Experience of delivery of BIM Level 2 - 2D and 3D as built models. -Experience of design of projects on contaminated sites -Experience of delivery of projects in a coastal location (within 5 miles of the coast) -Demonstrate educational and community facilities experience preferably Campus design and construction, although hospital experience will be considered as equivalent. One of the examples must be of a completed project, the other may be in design. -Tier 1 contractor Design and Build experience Both examples will be scored and will be used to restrict the number of candidates who will be invited to tender in stage 2 of the Restricted procedure. (Each example will be scored out of 4 with a maximum score of 8 for both examples) 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 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 demonstrate they have (or have access to) the relevant tools, plant or technical equipment to deliver the requirements detailed in the Contract Notice. 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45214200",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Lots are not being used for this tender for the reason(s) stated below: Nature of the contract not suitable for lots. 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 ED.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. (SC Ref:759619)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000715895"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000715895"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NAC/5129",
            "suppliers": [
                {
                    "id": "org-210",
                    "name": "Morgan Sindall Construction & Infrastructure Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NAC/5129",
            "awardID": "NAC/5129",
            "status": "active",
            "value": {
                "amount": 57546368,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-000696"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1478",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1479",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "1480",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1481",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1482",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}