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

DPS for Woodland Management Services and Associated Services

  • First published: 04 August 2025
  • Last modified: 04 August 2025
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-056b5a
Published by:
Fife Council
Authority ID:
AA20583
Publication date:
04 August 2025
Deadline date:
01 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34928220 Fencing components Road furniture
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
45233160 Paths and other metalled surfaces Construction, foundation and surface works for highways, roads
90922000 Pest-control services Facility related sanitation services
34928470 Signage Road furniture
45111213 Site-clearance work Demolition, site preparation and clearance work
77211500 Tree-maintenance services Services incidental to logging
92534000 Wildlife preservation services Botanical and zoological garden services and nature reserve 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:
dawn.watson@fife.gov.uk
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.