← Back to opportunities

B714 Upgrading Construction

North Ayrshire Council

Buyer Contact Info

Buyer Name: North Ayrshire Council

Buyer Address: Cunninghame House, Friars Croft, Irvine, UKM93, KA12 8EE, United Kingdom

Contact Email: Andrewkerr@north-ayrshire.gov.uk

Status
active
Procedure
open
Value
26000000.0 GBP
Published
12 May 2025, 11:03
Deadline
12 May 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45233120 - Road construction works
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The upgrading of the B714 has been approved as part of a successful North Ayrshire Council (NAC) joint funding bid to the UK Government Funding. The B714 links the Trunk Road network from the A78 Sharphill Roundabout (Three Towns Bypass) to the A737, south of Dalry. NAC have been engaging with the Uk Government Department for Transport (DfT) regarding aspects of the Outline Business Case (OBC). The terms and conditions for the contract will NEC4 Engineering and Construction Contract & NAC Model Form Additional Contract Terms. The contract documents are available in the link below: https://northayrshirecouncil-my.sharepoint.com/personal/williamtomelty_north-ayrshire_gov_uk/_layouts/15/onedrive.aspx?id=%2Fpersonal%2Fwilliamtomelty_north-ayrshire_gov_uk%2FDocuments%2FTender%20Pack&ga=1

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The proposed scheme is an infrastructure improvement of the B714, primarily between Girthill Farm (located midway along the B714, between the Sharphill roundabout on the A78 and Dalry) and a new roundabout on Kilwinning Road to the north-west of the existing Hillend roundabout, as shown below.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Quality

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-1083",
    "name": "North Ayrshire Council"
  },
  "date": "2025-05-12T12:03:12+01:00",
  "description": "Lots are not being used for this tender for the reason(s) stated below:\nValue of contract not suitable for lots.\nNature of the contract not suitable for lots.\nDelivery of the contract is location specific.\nLots could potentially introduce a risk of discontinued employment for transferring employees.\nRequires additional contract management resource which is not available.\nQuality Management Procedures\n1. 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.\nHealth and Safety Procedures\n1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 or ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.\nEnvironmental Management Procedures\n1. 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.\nBidders 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.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28822. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity benefits will be required on a mandatory basis for:\n- Employment\n- Employability \u0026 Skills\n- SMEs\n- TSOs\n- Education\n- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)\n(SC Ref:795214)",
  "id": "012918-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000795214",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-04fcf7",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Irvine",
        "postalCode": "KA12 8EE",
        "region": "UKM93",
        "streetAddress": "Cunninghame House, Friars Croft"
      },
      "contactPoint": {
        "email": "Andrewkerr@north-ayrshire.gov.uk",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
      },
      "details": {
        "buyerProfile": "http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.north-ayrshire.gov.uk"
      },
      "id": "GB-FTS-1083",
      "identifier": {
        "legalName": "North Ayrshire Council"
      },
      "name": "North Ayrshire Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Kilmarnock",
        "postalCode": "KA1 1ED",
        "streetAddress": "Sheriff Court House, St Marnock Street"
      },
      "contactPoint": {
        "telephone": "+44 1563550024"
      },
      "details": {
        "url": "https://www.scotcourts.gov.uk/"
      },
      "id": "GB-FTS-4006",
      "identifier": {
        "legalName": "Kilmarnock Sheriff Court"
      },
      "name": "Kilmarnock Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-05-12T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-05-12T12:00:00+01:00"
    },
    "classification": {
      "description": "Road construction works",
      "id": "45233120",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The upgrading of the B714 has been approved as part of a successful North Ayrshire Council (NAC) joint funding bid to the UK Government Funding.  The B714 links the Trunk Road network from the A78 Sharphill Roundabout (Three Towns Bypass) to the A737, south of Dalry. NAC have been engaging with the Uk Government Department for Transport (DfT) regarding aspects of the Outline Business Case (OBC).\nThe terms and conditions for the contract will  NEC4 Engineering and Construction Contract \u0026 NAC Model Form Additional Contract Terms.\nThe contract documents are available in the link below:\nhttps://northayrshirecouncil-my.sharepoint.com/personal/williamtomelty_north-ayrshire_gov_uk/_layouts/15/onedrive.aspx?id=%2Fpersonal%2Fwilliamtomelty_north-ayrshire_gov_uk%2FDocuments%2FTender%20Pack\u0026ga=1",
    "hasRecurrence": false,
    "id": "NAC-5179",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Road construction works",
            "id": "45233120",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM93"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "20",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "80",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 540
        },
        "description": "The proposed scheme is an infrastructure improvement of the B714, primarily between Girthill Farm (located midway along the B714, between the Sharphill roundabout on the A78 and Dalry) and a new roundabout on Kilwinning Road to the north-west of the existing Hillend roundabout, as shown below.",
        "hasOptions": false,
        "hasRenewal": false,
        "id": "1",
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.\nBidders must confirm if they hold the particular authorisation or memberships.",
          "type": "suitability"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Bidders will be required to have a minimum yearly \u201cspecific\u201d turnover of (34,600,000)GBP for the last 3 years in the business area covered by the contract.\nNorth Ayrshire Council reserve the right to review the bidder\u0027s financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder\u2019s 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.\nBidders who cannot meet the required level of turnover will be excluded from this tender.\nWhere 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.\nIt 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:\nEmployer\u2019s (Compulsory) Liability Insurance = [10 million]GBP in respect of any one event\nhttp://www.hse.gov.uk/pubns/hse40.pdf\nPublic Liability Insurance [10 million]GBP in respect of any one event\nProduct Liability Insurance [5 million]GBP in the aggregate\nThird-Party Motor Vehicle Insurance\nA 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\u0027 vehicles are appropriately insured and maintained.\nWhere the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require each consortia member to meet the financial selection requirements contained in the procurement documents.",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "Bidders are required to provide 2 examples of works carried out in the past 8 years that demonstrates they have the relevant experience to deliver the works described in the Contract Notice. The works must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.\nBidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. One example should include evidence of minework remediation or other unexpected ground conditions.\nCompleted experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.\nBidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:\na) their standard payment terms.\nb) \u226595% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.\nBidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.\nBidders are required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation\u2019s own scope 1 and 2 emissions. Accepted evidence includes but is not limited to:\n- a completed copy of the Bidder \u2018priority contract\u2019 Climate Change Plan Template, including the bidder\u2019s calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions.\nBidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.\nBidders 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.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
    "submissionTerms": {
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-05-12T12:00:00+01:00"
    },
    "title": "B714 Upgrading Construction",
    "value": {
      "amount": 26000000,
      "currency": "GBP"
    }
  }
}