Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 23rd Nov 2023

Tender Details
Referenceocds-h6vhtk-03ceb4
Common Procurement VocabularyAgricultural, farming, fishing, forestry and related products
Procurement MethodOpen procedure
Value£1,600,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 23rd Nov 2023

Tender Details
Referenceocds-h6vhtk-03ceb4
Common Procurement VocabularyAgricultural, farming, fishing, forestry and related products
Procurement MethodOpen procedure
Value£1,600,000

Section I: Contracting authority

I.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

Procurement [at] forestryandland.gov.scot

Telephone

+44 3000676000

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://forestryandland.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371

I.2) Information about 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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 - Agricultural, farming, fishing, forestry and related products

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 03121000 - Horticultural products
  • 03440000 - Forestry products

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

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

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £1,600,000

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.2.10) 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

Framework agreement with a single operator

IV.1.8) Information about the 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: 2023/S 000-014661

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

Date

22 December 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

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 December 2023

Local time

12:30pm

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

Email

inverness [at] scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

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

Email

supreme.courts [at] scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom