Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
UK
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.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
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:
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
Mechanised Ground Preparation Framework Agreement
Reference number: FLS-140-F
II.1.2) Main CPV code
77300000
II.1.3) Type of contract
Services
II.1.4) Short description
Forestry and Land Scotland (FLS) has a requirement to establish a framework agreement with external Contractors for the provision of Mechanised Ground Preparation services across Scotland's National Forests and Land (SNFL).
FLS requires the services on various sites following the completion of harvesting operations and on woodland creation sites where ground needs to be prepared for forest establishment.
FLS has existing contracts in place for the provision of these services. These existing contracts are FLS's primary route for the provision of the services across SNFL.
The framework agreement will provide a compliant route to market for FLS to procure services which are unable to be provided through existing contracts or to replace contracts which have terminated or expired.
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
Mechanised Ground Preparation - North
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in North region.
The services under the scope of this lot are categorised into two types: Essential and Optional.
Tenderers on this lot must be able to provide all Essential services for the lot.
Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.
The Essential Services for this Lot are as follows:
Trench Mounding
Inverted Mounding
Hinge Mounding
V-Drains
V-Drains with Flat Tops
High/Low Spec Access Tracks
Excavator
The Optional Services for this lot are as follows:
Brash Rake & Windrowing
Linear and Patch Scrape/Screef
Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting
Ripping/Subsoiling
Mechanical Respacing
Mulching – Excavator Head
Mulching – Skid Steer
Continuous Mounding
Base Machine with Grab
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Methodology
/ Weighting: 20
Quality criterion: Safety and Envrionmental Management
/ Weighting: 20
Quality criterion: Site Documentation
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
10 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Economic operators 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.
Lot No: 2
II.2.1) Title
Mechanised Ground Preparation - South
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in South region.
The services under the scope of this lot are categorised into two types: Essential and Optional.
Tenderers on this lot must be able to provide all Essential services for the lot.
Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.
The Essential Services for this Lot are as follows:
Trench Mounding
Inverted Mounding
Hinge Mounding
V-Drains
V-Drains with Flat Tops
High/Low Spec Access Tracks
Excavator
The Optional Services for this lot are as follows:
Brash Rake & Windrowing
Linear and Patch Scrape/Screef
Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting
Ripping/Subsoiling
Mechanical Respacing
Mulching – Excavator Head
Mulching – Skid Steer
Continuous Mounding
Base Machine with Grab
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Methodology
/ Weighting: 20
Quality criterion: Safety and Environmental Management
/ Weighting: 20
Quality criterion: Site Documentation
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
10 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Economic operators 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.
Lot No: 3
II.2.1) Title
Mechanised Ground Preparation - Central
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in Central region.
The services under the scope of this lot are categorised into two types: Essential and Optional.
Tenderers on this lot must be able to provide all Essential services for the lot.
Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.
The Essential Services for this Lot are as follows:
Trench Mounding
Inverted Mounding
Hinge Mounding
V-Drains
V-Drains with Flat Tops
High/Low Spec Access Tracks
Excavator
The Optional Services for this lot are as follows:
Brash Rake & Windrowing
Linear and Patch Scrape/Screef
Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting
Ripping/Subsoiling
Mechanical Respacing
Mulching – Excavator Head
Mulching – Skid Steer
Continuous Mounding
Base Machine with Grab
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Methodology
/ Weighting: 20
Quality criterion: Safety and Environmental Management
/ Weighting: 20
Quality criterion: Site Documentation
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
5 010 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Economic operators 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.
Lot No: 4
II.2.1) Title
Mechanised Ground Preparation - East
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in East region.
The services under the scope of this lot are categorised into two types: Essential and Optional.
Tenderers on this lot must be able to provide all Essential services for the lot.
Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.
The Essential Services for this Lot are as follows:
Trench Mounding
Inverted Mounding
Hinge Mounding
V-Drains
V-Drains with Flat Tops
High/Low Spec Access Tracks
Excavator
The Optional Services for this lot are as follows:
Brash Rake & Windrowing
Linear and Patch Scrape/Screef
Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting
Ripping/Subsoiling
Mechanical Respacing
Mulching – Excavator Head
Mulching – Skid Steer
Continuous Mounding
Base Machine with Grab
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Methodology
/ Weighting: 20
Quality criterion: Safety and Environmental Management
/ Weighting: 20
Quality criterion: Site Documentation
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
7 060 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Economic operators 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.
Lot No: 5
II.2.1) Title
Mechanised Ground Preparation - West
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in West region.
The services under the scope of this lot are categorised into two types: Essential and Optional.
Tenderers on this lot must be able to provide all Essential services for the lot.
Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.
The Essential Services for this Lot are as follows:
Trench Mounding
Inverted Mounding
Hinge Mounding
V-Drains
V-Drains with Flat Tops
High/Low Spec Access Tracks
Excavator
The Optional Services for this lot are as follows:
Brash Rake & Windrowing
Linear and Patch Scrape/Screef
Shallow Trench/Trenchless/Forward Mounding/Borrow Pitting
Ripping/Subsoiling
Mechanical Respacing
Mulching – Excavator Head
Mulching – Skid Steer
Continuous Mounding
Base Machine with Grab
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for the provision of services in West region.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Methodology
/ Weighting: 20
Quality criterion: Safety and Environmental Management
/ Weighting: 20
Quality criterion: Site Documentation
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
6 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Economic operators 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.
Lot No: 6
II.2.1) Title
Disc Scarification - National
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
FLS organises Scotland’s National Forests and Land into five regions: North, South, East, West and Central. This lot is for Disc Scarification services across all regions of Scotland's National Forests and Land.
The services under the scope of this lot are categorised into two types: Essential and Optional.
Tenderers on this lot must be able to provide all Essential services for the lot.
Tenderers are not required to be able to provide the Optional Services in the lot. However, FLS may procure Optional Services under the lot.
The Essential Services for this Lot are as follows:
Disc Scarification
Base Machine with Grab
The Optional Services for this lot are as follows:
Continuous Mounding
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Methodology
/ Weighting: 20
Quality criterion: Safety and Environmental Management
/ Weighting: 20
Quality criterion: Site Documentation
/ Weighting: 10
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
2 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Economic operators 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.
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:
4B.5 - Levels of Insurance
Minimum level(s) of standards required:
4B.5 - Levels of Insurance
The tenderer must hold, or can commit to obtain prior to the commencement of the Framework Agreement, the types and levels of insurance indicated below:
- Employer’s (Compulsory) Liability Insurance = 5 million GBP
- Public Liability Insurance = not less than 5 million GBP for any one occurrence and unlimited in total
Please note, it is a legal requirement that all Tenderers hold a minimum of 5 million GBP Employers (Compulsory) Liability Insurance except those companies which are exempt in specific circumstances. For further guidance see:
http://www.hse.gov.uk/pubns/hse40.pdf
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.6 - Qualifications
4C.9 - Tools, Plant, Equipment
4C.10 - Subcontracting
4D.1 - Health & Safety
4D.2 - Environmental Management
Minimum level(s) of standards required:
4C.6 - Qualifications
Required for Lots 1-5 only (or equivalents):
FMOCS (Forest Machine Operator Certification Scheme) Units
- Level 2 Award in Forest Machine Operations - Base Machine (C&G No. 0020-30)
- Level 2 Award in Forest Machine Operations - Drainage/Mounder (C&G No. 0020-32)
Required for Lot 6 only (or equivalents):
FMOCS (Forest Machine Operator Certification Scheme) Units
- Level 2 Award in Forest Machine Operations - Scarifier (C&G No. 0020-35)
- Award in Forest Machine Operations - Base Machine with Scarifier (C&G No. 0020-50)
Required for all Lots:
- Emergency First Aid at Work +F (EFAW+F)
- Full valid UK or EU Driving Licence suitable for categories of vehicles to be operated.
---
4C.9 - Tools, Plant, Equipment
Tenderers are required to confirm they have (or have access to) the following relevant tools, plant, technical equipment, and systems to deliver the services in the lots they are tendering for.
Required for Lots 1-5 only:
Machines
-Excavator
Required for all Lots:
Equipment
-Bunded tanks
-Pollution control kits
-Buckets
Welfare facilities
-Washing, toilet, rest and changing facilities
-Clean facility to eat and drink during breaks.
---
4C.10 - Subcontracting
Tenderers must confirm whether they intend to subcontract, and if so, for what proportion of each lot.
---
4D.1 - Health & Safety
Criteria outlined in Annex B of the "FLS-140-F - Invitation to Tender" attachment on PCS-T.
---
4D.2 - Environmental Management
Criteria outlined in Annex B of the "FLS-140-F - Invitation to Tender" attachment on PCS-T.
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 15
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-015222
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/01/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
27/05/2025
IV.2.7) Conditions for opening of tenders
Date:
27/01/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
06/12/2028
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
Question Scoring Methodology for Technical Criteria:
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
25 - Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
50 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
100 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Any tenderer that receives a score of less than 2 on one or more Scored Technical Question or Fail on one or more a Pass/Fail Technical Question may be excluded from the tender. Any Tenderer excluded on these grounds will not have their commercial submission evaluated.
Any tenderer that receives a total technical score below 50% out of 100% will be excluded from the tender. Any Tenderer excluded on these grounds will not have their commercial submission evaluated.
---
Although the total value of the Framework Agreement has been estimated at 41,570,000.00 GBP (ex. VAT), the Authority may modify the Framework Agreement, irrespective of the monetary value of those modifications, within the scope permitted under Regulation 72 (1) and specifically Regulation 72 1(a) of The Public Contracts (Scotland) Regulations 2015, should operational reasons require it.
Example reasons for variance in actual requirements are provided in the "FLS-140-F - Framework Agreement" attachment in the project on PCS-T.
---
The Supplier Development Programme (SDP) is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/
The Scottish Government Supplier Journey: www.supplierjourney.scot
The Buyer Help and Guidance on PCS-T: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27435. 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:
The use of sub-contractors will apply to requirements tendered through the framework agreement; however, the Sub-Contract Clause will not be used. Most of the supply base are micro businesses, and the application of the Sub-Contract Clause may deter contractors from bidding for requirements.
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:
Contractors may be required to deliver community benefits which are proportionate to the value of services awarded through under the Framework Agreement on an annual basis.
Community benefits which may be delivered under the framework agreement include:
- Engagement with a school/college/university
- Engagement with a local community
- Use of local sub-contractors
- Work placements and/or trainee placements
- Vocational Training to Upskill the Workforce
- Targeted Recruitment
- Apprenticeships
(SC Ref:775715)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
UK
Telephone: +44 1312252595
E-mail: supreme.courts@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
06/12/2024