Contract

Welfare Units for Newton Nursery

  • Forestry and Land Scotland

F03: Contract award notice

Notice identifier: 2021/S 000-000284

Procurement identifier (OCID): ocds-h6vhtk-028862

Published 7 January 2021, 3:00pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

1 Highlander Way, Inverness Retail Park

Inverness

IV2 7GB

Email

procurement@forestryandland.gov.scot

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

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

Welfare Units for Newton Nursery

Reference number

803_0278

two.1.2) Main CPV code

  • 03120000 - Horticultural and nursery products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This is a voluntary ex ante transparency (VEAT) notice.

A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations.

As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision.

The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report.

FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the ‘catalogue’ approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition.

FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is “covid secure”.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 03120000 - Horticultural and nursery products

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

Newton Nursery

two.2.4) Description of the procurement

This is a voluntary ex ante transparency (VEAT) notice.

A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations.

As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision.

The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report.

FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the ‘catalogue’ approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition.

FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is “covid secure”.

two.2.5) Award criteria

Price

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • Extreme urgency brought about by events unforeseeable for the contracting authority

Explanation:

A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations.

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: 2020/S 249-622737


Section five. Award of contract

Contract No

803_0278

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 January 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Portakabin (Scotland) Ltd

Whistleberry Road

Hamilton

ML3 0EJ

Country

United Kingdom

NUTS code
  • UKM - SCOTLAND
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £200,000


Section six. Complementary information

six.3) Additional information

This contract is due to be completed by 31st May 2021.

(SC Ref:640557)

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

six.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