Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Deer & Other Wildlife Management Dynamic Purchasing System

  • First published: 06 April 2024
  • Last modified: 06 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-045017
Published by:
Forestry and Land Scotland
Authority ID:
AA75606
Publication date:
06 April 2024
Deadline date:
08 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

FLS is establishing a Dynamic Purchasing System (DPS) for the provision of Deer & Other Wildlife Management across SNFL.

A Dynamic Purchasing System (DPS) is an electronic system established by a contracting authority to purchase commonly used goods, works or services in accordance with the Public Contracts (Scotland) Regulations 2015. Admittance to a DPS gives participants the opportunity to subsequently bid for relevant future opportunities which are procured through the DPS.

The purpose of the DPS is to provide a compliant route to market for FLS to replace Deer & Other Wildlife Management contracts which have been terminated due to contract failure or to replace contracts upon their expiration. This DPS will not be used as a route to market for any other reason.

The scope of the DPS is primarily for deer culling. The culling of feral pig, feral goat and feral sheep is required on an opportunistic basis only. FLS reserves the right to deliver or procure a targeted feral pig, feral goat and/or feral sheep cull.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

UK

Telephone: +44 3000676000

E-mail: procurement@forestryandland.gov.scot

NUTS: UKM

Internet address(es)

Main address: https://forestryandland.gov.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Deer & Other Wildlife Management Dynamic Purchasing System

Reference number: FLS-139-D

II.1.2) Main CPV code

77231200

 

II.1.3) Type of contract

Services

II.1.4) Short description

FLS is establishing a Dynamic Purchasing System (DPS) for the provision of Deer & Other Wildlife Management across SNFL.

A Dynamic Purchasing System (DPS) is an electronic system established by a contracting authority to purchase commonly used goods, works or services in accordance with the Public Contracts (Scotland) Regulations 2015. Admittance to a DPS gives participants the opportunity to subsequently bid for relevant future opportunities which are procured through the DPS.

The purpose of the DPS is to provide a compliant route to market for FLS to replace Deer & Other Wildlife Management contracts which have been terminated due to contract failure or to replace contracts upon their expiration. This DPS will not be used as a route to market for any other reason.

The scope of the DPS is primarily for deer culling. The culling of feral pig, feral goat and feral sheep is required on an opportunistic basis only. FLS reserves the right to deliver or procure a targeted feral pig, feral goat and/or feral sheep cull.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

North A

II.2.2) Additional CPV code(s)

77300000

77200000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 2000-4000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as it is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 2

II.2.1) Title

North B

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 2000-4000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 3

II.2.1) Title

South A

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 2500-3200.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 4

II.2.1) Title

South B

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 1700-2000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 5

II.2.1) Title

East A

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 2000-5000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 6

II.2.1) Title

East B

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 2750-5000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 7

II.2.1) Title

West A

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 1500-4000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 8

II.2.1) Title

West B

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 1500-4000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 9

II.2.1) Title

Central A

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 1000-3500.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Lot No: 10

II.2.1) Title

Central B

II.2.2) Additional CPV code(s)

77200000

77300000

77600000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The estimated annual cull requirement range for this lot is 2000-3500.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

5 x 12-month periods (60 months total)

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

No maximum number of candidates as this is a DPS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Bidders must confirm if they, or members of their organisation or consortium, hold the following authorisation:

- Trained Hunter Status; and

- Registered with NatureScot as Fit and Competent

Annex B - Question 4A.2 of the FLS-139-D - Instructions to Bidders document on PCS-T outlines the specific requirements for this question.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Minimum levels of insurance cover


Minimum level(s) of standards required:

It is a requirement of this DPS that bidders hold, or can commit to obtain prior to the commencement of the DPS, the types and levels of insurance indicated below:

- Employer's (Compulsory) Liability: 5 million GBP

- Public Liability: 5 million GBP per occurrence and unlimited in total

Annex B - Question 4B.5 of the FLS-139-D - Instructions to Bidders document on PCS-T outlines the specific requirements for this question.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Examples of relevant experience

Qualifications/certification

Health & Safety Quality Assurance

Environmental Management Quality Assurance


Minimum level(s) of standards required:

Bidders will be required to provide an example which demonstrates they have the relevant experience to deliver the services. In the example provided, bidders are required to demonstrate experience of achieving an annual deer cull target of at least 1000 within the last 5 years. Bidders must provide either a certificate of completion, letter of reference, or reference contact details with their response to this question.

Annex B - Question 4C.1 of the FLS-139-D - Instructions to Bidders document on PCS-T outlines the specific requirements for this question.

---

Bidders, or individuals within their organisation or consortium, must have the following qualifications and certifications:

- Full copy of your British Firearms Certificate stating approval to hold firearms legal for culling all species of deer and all lawful quarry in Scotland and purchase/approval to purchase a sound moderator

- EU Firearms Pass and visitors permit via UK sponsor issued by UK police with deer legal calibre for use with all species of deer and all lawful quarry in Scotland and meets Authority guidelines including purchase/approval to purchase a sound moderator

- Deer Stalking Certificates (DSC) 1 and 2

- First Aid at Work +F

- NPTC or Lantra/BORDA Certificates of Competence for use of any all-terrain vehicles

- Full UK Driving Licence for categories of vehicles to be used.

- Annual firearms skills test

- Annual firearms inspection.

- Mental Health First Aider (attained within 6 months of DPS commencement).

- Manual Handling (guidance can be obtained from HSE).

Annex B - Question 4C.6 of the FLS-139-D - Instructions to Bidders document on PCS-T outlines the specific requirements for this question.

---

Bidders must confirm that they have EITHER:

accredited independent third-party certificates for Health and Safety.

OR

the Health and Safety Procedures requested in the Requirement Note for 4D.1.4.a

Annex B - Question 4D.1 of the FLS-139-D - Instructions to Bidders document on PCS-T outlines the specific requirements for this question.

---

Bidders must confirm that they have EITHER:

accredited independent third-party certificates for Environmental Management.

OR

the Environmental Management Procedures requested in the Requirement Note for 4D.2.a

Annex B - Question 4D.2 of the FLS-139-D - Instructions to Bidders document on PCS-T outlines the specific requirements for this question.

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/05/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/06/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

DPS validity period will be for 5 years with optional extension 5 x 12-month extensions. A retender would need to be published within 12 months before the planned end date.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Where the Bidder relies on the capacities of other entities (i.e. subcontractors and/or consortium members) to meet the selection criteria, they must provide a separate SPD for each of those entities.

In the event that a Bidder alters its composition during the procurement process (which shall include, but is not limited to, a change in the identity of any entity named in the response whose capacity has been relied upon in responding to the Instructions to Bidders), FLS reserves the right to request that any proposed reconstituted Bidder complete the Qualification Envelope, i.e. Business Probity, Criminal Convictions and Financial Standing for re-evaluation in accordance with the criteria used in relation to the evaluation of the original response.

---

The Supplier Development Programme will be hosting an Aligned Tender Training webinar during the SPD submission period for this DPS. The event will take place from 10:30am-12:00pm on 17th April 2024.

During the webinar, the Supplier Development Programme will demonstrate how to access the SPD and all DPS attachments through PCS-T. They will also explain how to use the Q&A functionality through PCS-T to communicate with FLS during the tender process and demonstrate how to upload attachments through the system.

Attendance at the webinar is optional.

The webinar is accessible through the following link:

https://www.sdpscotland.co.uk/events/forestry-and-land-scotland-fls-dynamic-purchasing-system-for-deer-other-wildlife-management-1701/

---

DPS Stage 2 award criteria:

Health & Safety

Cull Achievement

Contract Management

Animal Welfare

Carcass Transportation

Terrain & Weather

Team Composition

Public Interaction

Conflicting Operations

Subcontracting

Delivery Team

Fair Work Practices

Community Benefits

Living Wage

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26299. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Most of the supply base are micro businesses, and the application of the Sub-contract clause may deter contractors from bidding for requirements. Contractors who intend to sub-contract out any portion of the services of a Contract will be required to provide a sub-contractor SPDs for all proposed sub-contractors. The acceptance of any subcontractor(s) will be subject to the approval of FLS.

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:

As requirements to be tendered through the DPS are unknown at this stage, Community Benefits will be expected to be delivered once a contract is awarded through a Stage 2 Tender. The Community Benefits to be delivered under contracts awarded through the DPS will be proportionate to the total awarded annual contract value of the contractor. The delivery of community benefits will be based on a points system. This system is outlined in the Appendix A - Specification document on PCS-T.

(SC Ref:760055)

VI.4) Procedures for review

VI.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

UK

Telephone: +44 1463230782

E-mail: inverness@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

05/04/2024

Coding

Commodity categories

ID Title Parent category
77231200 Forest pest control services Forestry management services
77200000 Forestry services Agricultural, forestry, horticultural, aquacultural and apicultural services
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
77600000 Hunting services Agricultural, forestry, horticultural, aquacultural and apicultural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@forestryandland.gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.