Tender

Provision of Agronomic Trials for Value for Cultivation and Use

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-004466

Procurement identifier (OCID): ocds-h6vhtk-03a570

Published 14 February 2023, 11:16am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Laura Vivian

Email

laura.vivian@gov.scot

Telephone

+44 1412420133

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Agronomic Trials for Value for Cultivation and Use

Reference number

613314

two.1.2) Main CPV code

  • 73100000 - Research and experimental development services

two.1.3) Type of contract

Services

two.1.4) Short description

Agronomic Trials for Value for Cultivation and Use for the period 30 June 2023 to 31 December 2028.

two.1.5) Estimated total value

Value excluding VAT: £320,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Winter Barley and Spring Oats

Lot No

2

two.2.2) Additional CPV code(s)

  • 73100000 - Research and experimental development services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Scottish Ministers wish to contract for the provision of agronomic trials to obtain Scottish data for UK National List (NL) Value for Cultivation and Use (VCU) assessments / Scottish Recommended List (RL) purposes, which includes the provision of advice to the Scottish Ministers.

Five cereal trials are required for wheat, barley and oats, divided into two Lots.

Lot 2 Winter Barley and Spring Oats. This ITT is divided into 2 Lots. Suppliers may bid for one or both Lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

30 June 2023

End date

31 December 2028

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) Description

two.2.1) Title

Winter Wheat and Spring Barley

Lot No

1

two.2.2) Additional CPV code(s)

  • 73100000 - Research and experimental development services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Scottish Ministers wish to contract for the provision of agronomic trials to obtain Scottish data for UK National List (NL) Value for Cultivation and Use (VCU) assessments / Scottish Recommended List (RL) purposes, which includes the provision of advice to the Scottish Ministers.

Five cereal trials are required for wheat, barley and oats, divided into two Lots.

Lot 1 Winter Wheat and Spring Barley. This ITT is divided into 2 Lots. Suppliers may bid for one or both Lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

30 June 2023

End date

31 December 2028

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Bidders must demonstrate a Current Ratio of no less than 0.8. Current Ratio will be calculated as follows: Net current

assets divided by net current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent

company satisfies the financial requirements stipulated above.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below.

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

Public Liability Insurance = 1 000 000 GBP.

Professional Indemnity Insurance = 1 000 000 GBP.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Service Providers must evidence that those responsible for providing advice hold (or be in receipt of prior to contract

award) the following qualifications or equivalent as outlined - Basic qualifications at honours degree level in an appropriate subject -

Agricultural Science, Plant Science, Biological Science degrees or equivalent.

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN

ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by

the Chief Executive, or equivalent.

b. Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing

significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan

provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these

arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste

management; energy management. This should include the arrangements for responding to, monitoring and recording environmental

incidents and emergencies and complaints.

c. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the

bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out

their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal

requirements and good environmental management practice.

d. Documented arrangements for checking, reviewing and where necessary improving, the bidder’s environmental management

performance and the environmental impact of this organisation, demonstrating that it has in place, and implements, training arrangements

to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of

refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice.

e. Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance

and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management

procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access

and deal with environmental risks.

f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).

g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are

appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management

arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of

the bidder’s supply chain.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2023

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 Award Criteria outlined in Invitation to Tender.

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.

Tenderers are also asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must

complete and reattach the SPD Supplier Response Form attached to SPD.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23403 and the ITT code is 48510. For more information

see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23403. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.

targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term

unemployed and young people) as part of your proposed workforce for this project;

support for existing Charity and Third Sector Organisations that deliver benefits to the communities

Use of SMEs or supported businesses as part of your supply chain

up-skilling the existing workforce;

equality and diversity initiatives;

educational support initiatives.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23403. 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:722026)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom