Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
Great Glen House, Leachkin Road
Inverness
IV3 8NW
Contact
Kathleen Macleod
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
Telephone
+44 1463230782
Country
United Kingdom