Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Contact person: Dawn Alice Watson
Telephone: +44 3451550000
E-mail: dawn.watson@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fife.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
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:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DPS for Woodland Management Services and Associated Services
Reference number: CW0162
II.1.2) Main CPV code
77211500
II.1.3) Type of contract
Services
II.1.4) Short description
Fife Council have a requirement to put in place a Dynamic Purchasing System (DPS) to cover woodland management services and associated services. Many of these requirements are one offs and are considered varied by their nature.
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
Woodland Maintenance
II.2.2) Additional CPV code(s)
77211500
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Woodland Maintenance including
Woodland management plans to Scottish Forestry standard.
Woodland thinning
Enrichment under planting
Small scale shrub and tree planting
Management of regeneration
Tree safety survey
Tree safety works (Hazardous trees)
Tree felling
Tree felling and removal
Tree pruning along path corridors
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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 year extension period
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Wildflower Meadows and Maintenance
II.2.2) Additional CPV code(s)
77300000
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Wildflower Meadows and Maintenance including but not limited to
Wildflower meadow creation (In riparian areas)
Maintenance of wildflower
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
Optional 60 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Invasive Species
II.2.2) Additional CPV code(s)
90922000
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Invasive Species including but not limited to
Treatment of invasive species (Japanese Knotweed and Himalayan Balsam)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
optional 60 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Pathways, Steps and Drainage
II.2.2) Additional CPV code(s)
45233160
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Pathways, Steps and Drainage including but not limited to
New path (Semi-bound surface)
New path (Unbound surface)
Upgrade path
Upgrade steps
New timber board and aggregate steps.
Gabion basket retaining wall for path.
Drainage works
Piped culverts
Excavate ‘U’ titch
Removal of waste from site
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
optional 60 Months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Signage
II.2.2) Additional CPV code(s)
34928470
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Signage including but no limited to
Interpretation signage
Information board
Waymarker post
Finger post
Removal old signage from site
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
Optional 60 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Fencing and Benches
II.2.2) Additional CPV code(s)
34928220
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Fencing and Benches including but not limited to
Post and rail fencing
Vehicle barrier
Benches
Removal of waste from site
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
optional 60 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Wildlife
II.2.2) Additional CPV code(s)
92534000
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Wildlife including but not limited to
Written Wildlife Assessments
Erect bird boxes
Erect bat boxes
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
optional 60 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Site Clearance
II.2.2) Additional CPV code(s)
45111213
II.2.3) Place of performance
NUTS code:
UKM72
Main site or place of performance:
Fife
II.2.4) Description of the procurement
Site Clearance
site clearance including fly-tipping, burn debris, others
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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:
optional 60 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Questions 4B5a 4B5b 4B5c Insurance
Question 4B6 Ratio
Minimum level(s) of standards required:
Questions 4B5a 4B5b 4B5c Insurance
Organisations must also have or commit to have the relevant levels of insurance cover before the framework starts or we will exclude you from this procurement.
GBP10m Employers Liability
GBP5m Public Liability
GBP1m Professional Liability Insurance
Evidence of Vehicle Insurance
Insurance levels will be reviewed for each individual work package and call off from the DPS
Question 4B6 Ratio
A Liquidity Ratio will be applied - Current Assets will be divided by Current Liabilities.
Tenderers are to provide their
Current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why, and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Questions 4C.1.2
4C.4
4C6
4C.7
4C.8.1 4C.8.2
4C.9
4D1
Minimum level(s) of standards required:
4C.1.2 We will evaluate organisation’s experience and capability relative to what we intend to buy, in particular:
Supplying the same services
Achieving the same or similar outcomes
Suppliers will be required to provide 3 examples of works carried out in the past 3 years.
Notes of key importance here is the relevance of each if the examples given to the services required.
Details should include
Clients
Value
full description of the work involved in each scenario.
This is not an exhaustive list.
A maximum word count of 500 words will apply to each example in this question
4C.4 Please provide a statement of the relevant supply chain management and /or tracking systems used
If bidders intend to use a supply chain to deliver the requirements detailed, they should 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:
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
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
4C6 We can exclude you from this procurement if you don’t hold the following (please provide supporting documentation)
NPTC/Lantra/ NVQ Training relevant to the nature of the requirements including the following
Level 2 Award in Chainsaw Maintenance and Crosscutting -
Level 2 Manual Fed Mechanical Chipper Qualification
Level 3 Award in Felling and Processing Trees up to 380mm
Level 2 Award in Branch Removal and Breakdown of a Crown
Level 2 Award in Safe Use of a Powered Pole Pruner
Level 2 Award in Accessing a Tree Using a Rope and Harness
Level 2 Award in Supporting Colleagues Undertaking Off Ground Tree Related Operations
Level 2 Award in Tree Climbing and Rescue
Level 3 Award in Felling and Processing Trees Over 380mm
Level 3 Award in Severing Uprooted or Windblown Trees Using a Chainsaw
Level 3 Award in Emergency Tree work Operations
Level 3 Award in Aerial Chainsaw work from a harness
Level 3 Award in Aerial cutting of Trees Using Free Fall Techniques
Level 3 Award in Aerial Tree Rigging
PA1 and PA6 Chemical Spraying Application
Treework Operator
Forrestry/ Agricultural fencing
Horticulture Tractor with Trailed/Mounted Implements and PTOs
Tracked Excavator
Brushwood Chipper Operations
MEWP,
Chainsaw from MEWP,
Assisting felling,
Winch Cert,
Tree Inspection (Minimal of Basic Tree inspection),
Stump Grinder,
Emergency Forestry First Aid
Please provide supporting documentation
4C.7 Suppliers must confirm that they have Environmental Management systems ISO14001 or equivalent
SEPA Waste Carriers Licence or equivalent. Please provide supporting documentation
4C.8.1 4C.8.2 We will evaluate your organisation’s annual manpower and managerial staff levels over the last 3 years to ensure adequate resources are in place to support the delivery of this framework agreement. We can exclude you from this procurement if, in our opinion, you cannot resource the agreement we intend to award.
4C.9 Please provide details of availability of Plant and Tools
4D1 Organisations must confirm they have in place documented, monitoring and reviewing arrangements (on an ongoing basis) for
Quality Assurance
Health & Safety
Environmental Management
Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis.
III.2) Conditions related to 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:
01/09/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/09/2025
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:
No
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29663. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
see contract notice
(SC Ref:803642)
VI.4) Procedures for review
VI.4.1) Review body
Kirkcaldy Sheriff Court
Kirkcaldy
UK
VI.5) Date of dispatch of this notice
01/08/2025