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
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
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
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
Tree Shelters and Associated Products
Reference number: FLS-0080-FW
II.1.2) Main CPV code
03000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Forestry and Land Scotland requires the supply and delivery of tree shelters and associated products. Materials supplied shall be for the protection of trees within the National Forest Estate, as well as local flora and fauna.
II.1.5) Estimated total value
Value excluding VAT:
1 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
03121000
03440000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Forestry and Land Scotland (FLS) has a requirement to place a single supplier framework with an external service provider for the provision of Tree Shelters and Associated Products.
Tree shelters are translucent tubes which form a protective sleeve around the tree stem, up to 2 metres in height, used to support and protect young trees from mammal damage. Shelters also modify the tree’s microclimate, enhancing survival and growth rates.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
1 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
With the option to extend for up to a maximum of 24 months.
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:
It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Framework, the types, and levels of
insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Products Liability Insurance = 1,000,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to provide examples of works carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Bidders will be required to confirm the supply chain management policies and procedures they have in place, their process for identifying and managing subcontractors and how they ensure payment of valid invoices within 30 days. Please see SPD Supporting Statements, attached within PCS-Tender for full details.
Bidders will be required to confirm that they and/or the service provider have the educational and professional qualifications that are fully detailed in SPD Supporting Statements, attached within PCS-Tender.
Minimum level(s) of standards required:
Quality Assurance:
The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR see SPD Supporting Statements attached with the tender for the alternative.
Health and Safety Procedures
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent).
OR see SPD Supporting Statements attached with the tender for the alternative.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators are detailed within the Framework Agreement, attached within PCS-Tender.
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 a single operator.
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 000-014661
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/12/2023
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/12/2023
Local time: 12:30
Information about authorised persons and opening procedure:
Opening of Tenders is through PCS-Tender by an FLS Procurement Specialist and a full audit trail is kept.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
No earlier than Summer 2025.
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
Scoring Methodology Technical:
0-Unacceptable-Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
25-Poor-Response is partially relevant but generally 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 bidder that receives a Fail for one or more Pass/Fail Technical Questions will be excluded from the tender.
Any Bidder that receives a score of Zero or 25 for any of the SCORED Technical Questions will be excluded from the tender:
Any Bidder that receives an Overall Technical Score below 50% out of 100% will be excluded from the tender.
Bidders should note that although the maximum value of the framework in total has been estimated at 1,600,000 GBP, FLS may modify the framework, irrespective of the monetary value of those modifications, within the scope permitted under Regulation 72(1) of The Public Contracts (Scotland) Regulations 2015, should Operational reasons require it.
Please refer to Clauses 2.5 and 2.6 of the FLS-0080-FW Framework Agreement Including Specification document, which is one of the documents consisted within the tender pack on PCS-T, for a full list of operational reasons for modification.
Scottish Government Supplier Journey: https://www.supplierjourney.scot/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25661.
The Contracting Authority does not intend to include a sub-contract clause.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25661. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:751207)
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
23/11/2023