Opportunity

Plant Lifting Machines for Newton Nursery

  • Forestry and Land Scotland

F02: Contract notice

Notice reference: 2022/S 000-001856

Published 21 January 2022, 1:55pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

procurement@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

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

Plant Lifting Machines for Newton Nursery

Reference number

C0232

two.1.2) Main CPV code

  • 03450000 - Tree-nursery products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Forestry and Land Scotland (FLS) require four (4) plant lifting machines and associated training for up to a up to a maximum of 10 members of staff (operators and mechanics) at Newton Nursery in Moray, Scotland.

The machines require to be delivered before the end of August 2022, with training taking place in September 2022.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 03450000 - Tree-nursery products
  • 16000000 - Agricultural machinery
  • 16100000 - Agricultural and forestry machinery for soil preparation or cultivation
  • 16600000 - Specialist agricultural or forestry machinery
  • 77300000 - Horticultural services
  • 77200000 - Forestry services

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Newton Nursery, Moray, IV30 8XR

two.2.4) Description of the procurement

Forestry and Land Scotland (FLS) look after the national forests and land to enhance biodiversity, support tourism and increase access to the green spaces that will help improve Scotland’s physical and mental health and well-being. FLS also continues to provide vital timber supplies to support a sustainable rural economy. Further information on who FLS are and what we does can be found here - https://forestryandland.gov.scot/

Newton Nursery plays a key role within FLS, providing 7 million trees per year, which is around 28% of FLS’ total annual need. The Nursery covers approximately 50ha of land and has recently been successful is securing funding to double the nursery capacity.

Due to this expansion, the team at Newton Nursery require four (4) plant lifting machines for use at Newton Nursery in Moray. This requirement includes familiarisation training on the use of these machines to be provided to FLS staff.

The plant lifting machines need to be attached to and towed by a tractor. They should be capable of cutting the full bed when harvesting the plants (trees). Once the plants are mechanically grabbed and lifted, there should be a mechanical means of removing the maximum soil from the roots, without any damage to the plant or root systems. The lifted plants should then be easily transported by a height and speed adjustable conveyor, gathered and placed on a pallet.

The delivery of the machines is expected before 31st August 2022 and the training shall take place during September 2022 for up to a maximum of 10 members of staff (operators and mechanics).

Delivery and training will both take place at Newton Nursery, Moray IV30 8XR.

two.2.5) Award criteria

Quality criterion - Name: Specification / Weighting: 15%

Quality criterion - Name: Support & Training / Weighting: 12%

Quality criterion - Name: Warranty / Weighting: 2.25%

Quality criterion - Name: Fair Work Practices / Weighting: 0.75%

Quality criterion - Name: Delivery Timescales / Weighting: Pass/Fail

Price - Weighting: 70%

two.2.6) Estimated value

Value excluding VAT: £150,000

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

Start date

1 April 2022

End date

30 September 2022

This contract is subject to renewal

No

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.1.2) Economic and financial standing

List and brief description of selection criteria

4B.5.1b - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Employer’s (Compulsory) Liability Insurance):

4B.5.2 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (For other insurances):

Minimum level(s) of standards possibly required

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5,000,000.00 GBP

Public Liability Insurance = 2,000,000.00 GBP

Product Liability Insurance = 1,000,000.00 GBP

http://www.hse.gov.uk/pubns/hse40.pdf

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.10 - Please provide details of the proportion (i.e percentage) of the contract that you intend to subcontract:

Minimum level(s) of standards possibly required

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


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: 2021/S 000-014376

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

Date

23 February 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

SPD evaluation will be scored as pass/fail. Technical Criteria and Weightings are included in the Evaluation and Award Criteria Document within PCS-T.

FLS reserves the right to modify the Contract within the scope permitted under Regulation 72(1) of the Public Contracts (Scotland) Regulations 2015. Operational reasons for modification may include, but are not limited to:

1 - Catastrophic Machine failure,

2 - Policy Change

Question Scoring Methodology for Technical Criteria:

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

25 - Poor - Response is partially relevant and 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 an evaluator score of zero or one for one or more Technical criteria will be excluded from the competition.

Any bidder that receives an overall Technical score below 50% out of 100% will be excluded from the tender.

The Scottish Government's Supplier Journey website will guide you through the process of bidding for public sector goods and services, available here: https://www.supplierjourney.scot/

The Supplier Developer Programme is available to assist Suppliers with public procurement including training events: https://www.sdpscotland.co.uk/region/public-bodies-forestry-commission/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20460. 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

(SC Ref:679395)

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.

six.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@scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom