Section one: Contracting authority
one.1) Name and addresses
Forestry and Land Scotland
1 Highlander Way, Inverness Retail Park
Inverness
IV2 7GB
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
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