Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
UK
Contact person: Procurement
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.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/
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
Corporate Signage, Structures, and Furniture
Reference number: FLS-152-F
II.1.2) Main CPV code
77300000
II.1.3) Type of contract
Services
II.1.4) Short description
Forestry and Land Scotland's (FLS) signs are one of the most important and visible parts of the FLS brand, they have a powerful impact on how FLS is perceived by all visitors and stakeholders.
FLS are seeking bids from competent and capable suppliers, to establish a framework agreement for the production of FLS's outdoor corporate signage, structures, and furniture.
The framework agreement will be used to procure any new or replacement timber signs, furniture, and structures required on FLS managed land; on an “as and when needed” basis.
II.1.5) Estimated total value
Value excluding VAT:
915 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
37410000
31523200
34928470
34928471
34928472
34992000
44423400
79934000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Forestry and Land Scotland's (FLS) signs are one of the most important and visible parts of the FLS brand, they have a powerful impact on how FLS is perceived by all visitors and stakeholders.
FLS are seeking bids from competent and capable suppliers, to establish a framework agreement for the production of FLS's outdoor corporate signage, structures, and furniture.
The framework agreement will be used to procure any new or replacement timber signs, furniture, and structures required on FLS managed land; on an “as and when needed” basis.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
915 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/01/2025
End:
05/01/2029
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:
INSURANCE: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Minimum level(s) of standards required:
- Employer’s (Compulsory) Liability Insurance = 5 million GBP
- Public Liability Insurance = 2 million GBP
- product Liability Insurance = 2 million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
FULL DETAILS CAN BE FOUND WITHIN ANNEX B (SELECTION AND AWARD CRITERIA) OF THE INVITATION TO TENDER DOCUMENT PACK.
Bidders will be required to provide details of work completed within the last 3 years that demonstrate they have the relevant experience and expertise to deliver the products as described.
Bidders will be required to confirm that they have, or have access to, the tools, plant, and technical equipment listed.
Bidders will be required to confirm that they have the required quality control certificates confirming that products meet the required standards (FSC certified wood etc).
Bidders must have the following (or equivalent): 1) either ISO9001 OR documented quality management policies and processes. 2) either ISO18001 OR documented health and safety policies and processes. 3) either ISO14001 OR documented environmental management policies and processes.
Bidders must provide samples conforming to the sample specification provided within the Technical Envelope.
Minimum level(s) of standards required:
Provide a minimum of 2 examples per ‘category’ (Signage / Structures / Furniture), demonstrating the production of products similar to those specified within the Invitation to Tender document pack. Examples should include: A specification (wood used, tooling info, finish details, size, durability/warrantee), Photographs, Delivery requirements, Lead time.
Bidders will be required to confirm that they have, or have access to, the following tools, plant, and technical equipment. The following tools and equipment have been identified as “core” or “baseline” required to deliver the specification. It is not intended to be an exhaustive list: CNC Router(s), Planer, Thicknesser, Edge sander, Wide belt sander, Spindle moulder, Mitre saw, Sliding table saw, Hollow chisel mortiser, Bandsaw, Pillar drill, and Delivery vehicle(s) with mechanical off-loading capability (can be via 3rd party).
Details of the samples required can be found within ANNEX B (SELECTION AND AWARD CRITERIA) of the Invitation To tender document pack. Samples must be delivered to the address stated, prior to the closing date and time detailed. Any samples not received as per the instructions will be evaluated as a "Fail" and the tender will be excluded from any further participation in the competition.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see the Invitation to Tender document pack, available for download from PCS-Tender, for full details of performance requirements.
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/10/2024
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/10/2024
Local time: 12:00
Place:
Forestry and Land Scotland - Procurement
Information about authorised persons and opening procedure:
Procurement Specialist
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Q1/Q2 2028 for new agreement to commence Q1 2029
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
FLS encourage the advertisement of any subcontracting opportunities through PCS, however this is not a mandatory requirement of this framework agreement.
SCORING METHODOLOGY: Full details of the scoring methodology used to evaluate bids can be found in Annex B (Selection and Award Criteria), within the Invitation to Tender Document pack. Any bidder that receives a total technical score below 50% out of 100% will be excluded from the tender.
FLS reserves the right to modify the framework agreement under regulation 72 of the Public Contract Regulations (Scotland) 2015. Full details can be found Schedule 1 (Specification) within the Invitation to Tender Document pack.
ASSISTANCE: Further help and advice can be found
- The Scottish Government Supplier Journey: www.supplierjourney.scot
- The Buyer Help and Guidance on PCS-T here: https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html
- The Supplier Development Programme is available to assist suppliers with public procurement including training events: https://www.sdpscotland.co.uk/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27031. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Community benefits are being sought on a voluntary basis. Bidders may propose community benefits within their technical response. Suitable community benefits proposed may result in an increased quality score - Please see Annex B (Selection and Award Criteria) for more information. Any proposed and approved community benefits, will become a condition of the final contract and shall be monitored as part of the framework management and review processes.
(SC Ref:776154)
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.
Court of Session
Parliament House
Parliament Square
Edinburgh
EH1 1RQ
0131 225 2595
supreme.courts@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
09/09/2024