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

Farm Advisory Service One to Many & One to One

  • First published: 10 February 2024
  • Last modified: 10 February 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-03df6b
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
10 February 2024
Deadline date:
22 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The One to One Farm Advisory Service will provide an advice line facility where calls and emails from customers can be triaged for Farm Advisory Service support and facilitate access to high quality one to one consultancy support. This will include advice to: improve biodiversity; increase awareness of habitat and carbon sequestration benefits of woodland planting; promote climate change adaptation and mitigation opportunities; improve business management and efficiency; encourage inclusivity by supporting new entrants and women in agriculture; and helping to support the industry and the Scottish Government’s policies related to the sector, in particular the Scottish Government’s target for net-zero by 2045 and reduction of 75% CO2 equivalent by 2030, and restoration and regeneration of biodiversity across the country by 2045.

The FAS will be delivered through two contracts; the One to Many; and One to One contract. Delivery will integrated through an advice line and administrative hub, with a shared helpdesk facility and website, so customers engaging with the programme should not perceive any split and be seamlessly directed to the most relevant service to meet their needs.

Priorities:

- supporting Scotland’s high quality food production;

- producing food in a way that underpins delivery of the Scottish Government’s climate change and biodiversity targets;

- fostering knowledge transfer and innovation in agriculture, forestry and rural areas;

- enhancing the viability and competitiveness of agriculture, and promoting use of innovative farm systems, technologies and techniques;

- sustainable forest management;

- promoting food chain organisation, animal welfare and risk management in agriculture;

- promoting resource efficiency and supporting the shift toward a low-carbon and climate resilient economy in the agriculture, food and forestry sectors; and restoring, preserving and enhancing ecosystems related to agriculture and forestry.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

UK

Telephone: +44 1412420133

E-mail: ross.cameron@gov.scot

NUTS: UKM

Internet address(es)

Main address: http://www.scotland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

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


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

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Farm Advisory Service One to Many & One to One

Reference number: Case 641426

II.1.2) Main CPV code

71241000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a Farm Advisory Service (FAS)

which consists of 2 separate Lots. Lot 1 will be for FAS One to Many and Lot 2 will be for FAS One to One

II.1.5) Estimated total value

Value excluding VAT: 24 375 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Farm Advisory Service One to Many

II.2.2) Additional CPV code(s)

03000000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The One to Many Farm Advisory Service will be a professional, modern, customer focussed advisory service that supports incremental and step-changes in the economic and environmental performance of farmers, crofters and land managers throughout Scotland.

The service will offer structured support, through a period of change, whilst innovating and supporting future challenges, in particular the Scottish Government’s target for net-zero by 2045 and reduction of 75% of CO2 equivalent by 2030, as well as restoration and regeneration of biodiversity across the country by 2045.

It will achieve this through provision of high quality advice, delivered by a range of media, tailored to a variety of customers, operating in collaboration with industry bodies, and supported by the Scottish Government’s policies related to the sector, including the promotion and communication of pertinent and topical themes and policies throughout the period of the contract. Ad hoc advice and support will be delivered as and when issues arise.

The FAS will be delivered through two contracts; the One to Many; and One to One contract. Delivery will integrated through an advice line and administrative hub, with a shared helpdesk facility and website, so customers engaging with the programme should not perceive any split and be seamlessly directed to the most relevant service to meet their needs.

Priorities:

- supporting Scotland’s high quality food production;

- producing food in a way that underpins delivery of the - -- Scottish Government’s climate change and biodiversity targets;

- fostering knowledge transfer and innovation in agriculture, forestry and rural areas;

- enhancing the viability and competitiveness of agriculture, and promoting use of innovative farm systems, technologies and techniques;

- sustainable forest management;

- promoting food chain organisation, animal welfare and risk management in agriculture;

- promoting resource efficiency and supporting the shift toward a low-carbon and climate resilient economy in the agriculture, food and forestry sectors; and restoring, preserving and enhancing ecosystems related to agriculture and forestry.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

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

Start: 04/07/2024

End: 30/03/2027

This contract is subject to renewal: Yes

Description of renewals:

The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 31 March 2028. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.

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

Lot No: 2

II.2.1) Title

Farm Advisory Service One to One

II.2.2) Additional CPV code(s)

03000000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The One to One Farm Advisory Service will provide an advice line facility where calls and emails from customers can be triaged for Farm Advisory Service support and facilitate access to high quality one to one consultancy support. This will include advice to: improve biodiversity; increase awareness of habitat and carbon sequestration benefits of woodland planting; promote climate change adaptation and mitigation opportunities; improve business management and efficiency; encourage inclusivity by supporting new entrants and women in agriculture; and helping to support the industry and the Scottish Government’s policies related to the sector, in particular the Scottish Government’s target for net-zero by 2045 and reduction of 75% CO2 equivalent by 2030, and restoration and regeneration of biodiversity across the country by 2045.

The FAS will be delivered through two contracts; the One to Many; and One to One contract. Delivery will integrated through an advice line and administrative hub, with a shared helpdesk facility and website, so customers engaging with the programme should not perceive any split and be seamlessly directed to the most relevant service to meet their needs.

Priorities:

- supporting Scotland’s high quality food production;

- producing food in a way that underpins delivery of the Scottish Government’s climate change and biodiversity targets;

- fostering knowledge transfer and innovation in agriculture, forestry and rural areas;

- enhancing the viability and competitiveness of agriculture, and promoting use of innovative farm systems, technologies and techniques;

- sustainable forest management;

- promoting food chain organisation, animal welfare and risk management in agriculture;

- promoting resource efficiency and supporting the shift toward a low-carbon and climate resilient economy in the agriculture, food and forestry sectors; and restoring, preserving and enhancing ecosystems related to agriculture and forestry.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 9 375 000.00  GBP

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

Start: 04/07/2024

End: 31/03/2027

This contract is subject to renewal: Yes

Description of renewals:

The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 31 March 2028. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.

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: Yes

Description of options:

In the event that demand for the One to One products exceeds the budget, the Scottish Government will have the discretion to increase the One to One budget by up to 25% on a pro-rata basis.

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:

4B.4 -The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice.

4B.5 - The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice.


Minimum level(s) of standards required:

4B.4 -

Bidders must demonstrate a Current Ratio of no less than 0.8. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

4B.5 -

Professional Risk Indemnity Insurance - 2,000,000 GBP (A sum not less than)

Public Liability Insurance - 5,000,000 GBP (A sum not less than)

Employees Liability Insurance - 5,000,000 GBP (A sum not less than)

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used.

4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.

4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


Minimum level(s) of standards required:

4C.4 -

If bidders intend to use a supply chain to deliver the requirements detailed in the

Contract Notice, 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.

4C.7 -

Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.

4C.10 -

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

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.1.8) 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:

2023/S 000-019309

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

Date: 22/03/2024

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/03/2024

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26038. 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:

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland.

(SC Ref:756635)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

EH11LB

UK

VI.5) Date of dispatch of this notice

09/02/2024

Coding

Commodity categories

ID Title Parent category
03000000 Agricultural, farming, fishing, forestry and related products Agriculture and Food
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning 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:
ross.cameron@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.