Notice Information
Notice Title
Construction of Largs Seawall
Notice Description
North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall.
Lot Information
Lot 1
North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall. The new seawall will be the same height as the existing structure and will be similar in shape and profile. The existing seawall protects the coastline from wave action and coastal erosion. It also retains Largs promenade and protects the shore side buildings and infrastructure. The new seawall runs along the northern seaward section of Largs Bay, for approximately 300 metres between Aubery Crescent and the existing RNLI slipway. This new seawall should be aesthetically appealing but still 'fit for purpose' and fit within the recommendations of the Ayrshire Shoreline Management Plan (ASMP). The ASMP promotes a policy of 'holding-the-line' within and around Largs to protect properties and roads from coastal flooding and erosion by extending and improving existing defences. The improvements will also involve resurfacing part of the promenade and replacing the steps to the beach, to increase accessibility and enhance the overall amenity value of the area.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000723193
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481117
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45244000 - Marine construction works
45246000 - River regulation and flood control works
45246400 - Flood-prevention works
45246410 - Flood-defences maintenance works
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,769,060 £1M-£10M
Notice Dates
- Publication Date
- 14 Jun 20232 years ago
- Submission Deadline
- 27 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Jun 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH AYRSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- 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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB472125
Construction of Largs Seawall - North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481117
Construction of Largs Seawall - North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall.
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-r6ebe6-0000723193-2023-06-14T00:00:00Z",
"date": "2023-06-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000723193",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"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/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-23",
"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-4",
"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",
"centralPurchasingBody"
],
"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-417",
"name": "RJ McLeod (Contractors) Ltd",
"identifier": {
"legalName": "RJ McLeod (Contractors) Ltd"
},
"address": {
"streetAddress": "2411 London Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G32 8XT"
},
"contactPoint": {
"telephone": "+44 1417642411",
"faxNumber": "+44 1417642434"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-8",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"locality": "Kilmarnock"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Ayrshire Council",
"id": "org-4"
},
"tender": {
"id": "NAC/5121",
"title": "Construction of Largs Seawall",
"description": "North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45246410",
"scheme": "CPV"
},
{
"id": "45246000",
"scheme": "CPV"
},
{
"id": "45244000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Largs"
},
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2023-03-27T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-03-27T12:00:00Z"
},
"documents": [
{
"id": "FEB472125",
"documentType": "contractNotice",
"title": "Construction of Largs Seawall",
"description": "North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB472125",
"format": "text/html"
},
{
"id": "JUN481117",
"documentType": "awardNotice",
"title": "Construction of Largs Seawall",
"description": "North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN481117",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "North Ayrshire Council requires the construction of a new replacement concrete seawall, directly in front of and encapsulating the existing seawall. The new seawall will be the same height as the existing structure and will be similar in shape and profile. The existing seawall protects the coastline from wave action and coastal erosion. It also retains Largs promenade and protects the shore side buildings and infrastructure. The new seawall runs along the northern seaward section of Largs Bay, for approximately 300 metres between Aubery Crescent and the existing RNLI slipway. This new seawall should be aesthetically appealing but still 'fit for purpose' and fit within the recommendations of the Ayrshire Shoreline Management Plan (ASMP). The ASMP promotes a policy of 'holding-the-line' within and around Largs to protect properties and roads from coastal flooding and erosion by extending and improving existing defences. The improvements will also involve resurfacing part of the promenade and replacing the steps to the beach, to increase accessibility and enhance the overall amenity value of the area.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 240
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2023-03-27T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"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."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"specific\" turnover of (2,767,532.00)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 = [10,000,000]GBP in respect of any one event http://www.hse.gov.uk/pubns/hse40.pdf Public Liability Insurance [10,000,000]GBP in respect of any one event Professional Indemnity Insurance [5,000,000]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."
},
{
"type": "technical",
"description": "Bidders are required to provide 2 examples of works carried out in the past 7 years that demonstrates they have the relevant experience to deliver the works described in the Contract Notice. The works must be of a similar nature, complexity (e.g., within a tidally restricted location/marine environment; including precast concrete works), scale, and value. 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 are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders are required to confirm 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 confirm the supplier's staff have the following relevant educational and professional qualifications: Contract Manager - BSc/BEng (B) Site Manager - HND/HNC (H) Commercial Manager - BSc/BEng (B) H&S Manager - BSc/BEng (B) NEBOSH/IOSH Qualification All of the above are in Civil Engineering or equivalent 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 2C.1 of the qualification envelope."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "45246400",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Lots are not being used for this tender for the reason 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. Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. (SC Ref:735481)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000723193"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000723193"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "NAC/5121",
"suppliers": [
{
"id": "org-417",
"name": "RJ McLeod (Contractors) Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NAC/5121",
"awardID": "NAC/5121",
"status": "active",
"value": {
"amount": 3769060.71,
"currency": "GBP"
},
"dateSigned": "2023-06-13T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1264",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "1265",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "1266",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1267",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "1268",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}