Tender

FLS-141-C Steep Ground Harvesting (North, West and Central Regions)

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2025/S 000-000145

Procurement identifier (OCID): ocds-h6vhtk-0458fa

Published 6 January 2025, 9:58am



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Contact

Kathleen Macleod

Email

flexibleprocurement@scotland-excel.org.uk

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://forestryandland.gov.scot

Buyer's address

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

one.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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FLS-141-C Steep Ground Harvesting (North, West and Central Regions)

Reference number

FLS-141-C

two.1.2) Main CPV code

  • 77211100 - Timber harvesting services

two.1.3) Type of contract

Services

two.1.4) Short description

FLS has a requirement to place a contract(s) with an external service provider(s) for the provision of Steep Ground Harvesting services in North, West and Central Regions. The contract will be for a period of 5 years with the option to extend for up to an additional 2 years (1+1).

This contract shall include the following services:

Chainsaw - Ground-based chainsaw operations, directly associated with the harvesting operation

Skyline Work

Winch Work

Clearfell Harvest and Extraction – Typically carried out with a Harvester Forwarder

Skyline Thinning Harvest and Extraction – Typically carried out with a Skyline

Harvest Only

Extraction Only

Ancillary Requirements – Directly associated with the harvesting operation

Traffic Management

Goal Posts

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 - Steep Ground Harvesting (North Region)

Lot No

1

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services
  • 77211300 - Tree-clearing services
  • 77200000 - Forestry services
  • 77231000 - Forestry management services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 1 - Steep Ground Harvesting (North Region)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Optional extensions of up to 2 years (1 + 1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Lot 2 – Steep Ground Harvesting (West Region)

Lot No

2

two.2.2) Additional CPV code(s)

  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77200000 - Forestry services
  • 77231000 - Forestry management services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 2 – Steep Ground Harvesting (West Region)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Optional extensions of up to 2 years (1 + 1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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.

two.2) Description

two.2.1) Title

Lot 3 - Steep Ground Harvesting (Central Region)

Lot No

3

two.2.2) Additional CPV code(s)

  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77200000 - Forestry services
  • 77231000 - Forestry management services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 3 - Steep Ground Harvesting (Central Region)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Optional extensions of up to 2 years (1 + 1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-015082

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

Date

5 February 2025

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

5 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Prior to initial 5 year contract period ending, or prior to optional up to 2 years (1+1) extension period(s) ending if taken up.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Question Scoring Methodology for Technical Criteria:

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 - 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.

2 - 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.

3 - 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.

4 - 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 score of ONE or LESS for one or more for the lot specific technical questions may be excluded from the tender.

Any bidder that receives a total technical score below 50% out of 100% will be excluded from the tender, and their commercial submission will not be evaluated..

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27974. 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:

FLS have tailored the community benefits question to target increasing the workforce and community engagement.

(SC Ref:782966)

six.4) Procedures for review

six.4.1) Review body

The Inverness Justice Centre

Longman Road

Inverness

IV1 1AH

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom