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

Corporate Signage, Structures, and Furniture

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Forestry and Land Scotland
Authority ID:
AA75606
Publication date:
10 September 2024
Deadline date:
09 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79934000 Furniture design services Specialty design services
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
37410000 Outdoor sports equipment Sports goods and equipment
31523200 Permanent message signs Illuminated signs and nameplates
34928471 Sign materials Road furniture
34928472 Sign posts Road furniture
34928470 Signage Road furniture
34992000 Signs and illuminated signs Control, safety, signalling and light equipment
44423400 Signs and related items Miscellaneous articles

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:
Procurement@forestryandland.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.