Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Laura Vivian
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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